Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGENDA BACKUP 08-05-82
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO'IV. Bids & Awards
POSITION PAPER
VIA: ROGER J, DOLAN
General Manager-Chief Engineer
DATE
J u 1 y 26, 1982
SUBJECT
AWARD OF CONTRACT FOR DISTRICT PROJECT NO. 3636 - 1981
1982 STORM DAMAGE REPAIR TO EX (30" - X1618) LINCOLN
AVE/CARMEL CT, WALNUT CREEK AND AUTHORIZE $47,600 FROM
o
TYPE OF ACTION
AWARD CONTRACT AND
AUTHORIZE FUNDS
SUBMITTED BY
Jarred Miyamoto-Mills
INITIATING DEPT./DIV.
Engineering Division
ISSUE: On July 13, 1982 sealed bids for District Project No. 3636 were
received and opened. The Board of Directors must award a contract or
reject proposals within 30 days of the opening of sealed bids.
BACKGROUND: On April 15, 1982 the Board of Directors authorized funds
for design of storm damage repairs to the collection system.
The first of several projects will be the repair of the 30-inch trunk
sewer parallel in Walnut Creek. Erosion during winter storms caused
the pipe to be exposed and displaced. CSO Department has taken all
emergency measures required to keep the system in operation.
Plans and specifications for the project (DP 3636: 1981-1982 Storm
Damage Repair to EX (3011 - X1618) Lincoln Ave/Carmel Ct., \.Ja1nut Creek)
were completed and advertisements inviting submission of sealed bids
were placed on July 2, 1982.
Three bids ranging from $38,870.00 to $54,640.00 were received (see
attached tabulatton). The apparent low bidder is: Kenneth Barker,
General Engineering Contractor of Alamo, California. The Engineerls
Estimate for the work was $40,700.00. A Post-Bid/Pre-Construction
cost estimate is attached. $47,600 is needed to complete the project
including contract construction, construction management, incidentals
and contingencies.
Action on award of the contract for this project was deferred by the
Board on July 15, 1982 because comments and requirements of the
California Department of Fish and Game had not been received. Sub-
sequently District staff met with Fish and Game's representative and
obtained a permit for the work. All comments and requirements are
addressed in the Plans & Specifications for the project.
RECOMMENDATION: Award the contract for construction of District Project
No. 3636 to Kenneth Barker, General Enqineering Contractor per their
btd recetved on July 13, 1982 and authorize $47,600 in sewer construction
funds for contract construction, construction management,incidentals and
contingencies.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATING DEPT./DIV.
GEN. MGR./CHIEF ENG.
'J..;
Jt12
..J/- J L
~:t. WCLW
POST BID - PBECONSTRUCTION ESTIMATE OF COSTS
FOR
DISTRICT SEWERING PROJECT 3636
Lincoln Ave/Carmel Ct. Storm Damage Repairs
ITEM
DESCRIPTION
ITEM AMOUNT
1.
Construction Contract (As Bid pl us street resurfacing)
2.
Estimated Construction Contingencies
3. Estimated Construction Incidentals to Project Completion
Survey. . $ 2,000. 00
Il1spection . $ 3,000.00
Engineering (Including As-Builts) . $ 2,000.00
Total Estimated Construction Incidentals
. $ 7 .000. 00
4.
Total Estimate Required to Complete Project
5. Pre Bid Expenditures
Survey, Ehgineering, Printing, Advertising
Spec)al Services(Soil s Consultant)
TOTAL
$42,170.00
. $ 6,830.00
$ 7.000.00
. $56.00D.00
% CONST.
CONTRACT
100%
16%
17'i:
133%
.$23,300.00 (incls. Emergency Repairs)
. $ 700.00
6.
Total Preconstruction Incidentals (as of 6-30-82 ).
. $ 24 ,000.00
7.
Total Estimated Project Cost
8.
Funds Previous Iy Authori zed
9.
Total Additional Funds Required to Complete Project.
$24,000.00
. $80,000.00
. $32,400.00
_ $47,600.00
57'i:
190%
2050-8-78
CENTRj
CONTRA COSTA S_ ~NITARY DISTRICT
JOB DISTRICT PROJECT 3636
LOCATION L I ~ICOLN AVE/CARMEL CT.
WALNUT CREEK
DATE July 13. 1982
ENGR. EST $40.700.00
BIDDER
--
NAME BID PRICE
ADDRESS
PHONE
1. Kenneth Barker,
P.O. Box 425
Alamo. CA 94507' $38.870.00
415 - 820-3006
2. R.A. Agu i a r
1790 Ell is St. #36 $39.980.00
Concord. CA 94520
415 - 827-2320
3. D. Cahill. Inc. 0-
391 Arbor Ct. , $5q_~-640. 00
Benicia, CA 94510
707 - 746-0460
-
JOB
CHKD.BY
BY
DATE
SHEET NO.
DATE___
OF
',-.-:---- -~---~"'-:"='""''-~~-~'''''''~~-~::':::7-:.""~;;.;:,.:.;.~~,'f!'l:~'Jt.~_
....,~...:..-....~'.:....,- ......;....."'-.,.~-.'!...~-;....,.".- . .~<.."'.,..,.~..,.,..._..-:'.-
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
July 30, 1982
SUBJECT
TYPE OF ACTION
AWARD CONTRACT FOR DISTRICT PROJECT 3623. ELECTRIC
MOTOR DRIVEN BLOWER INSTALLATION, AND AUTHORIZE
$301.143 FROM SEWER CONSTRUCTION FUNDS
AWARD CONTRACT,
AUTHORIZE FUNDS
SUBMITTED BY
Curtis Swanson
INITIATING DEPT./DIV.
Engineering Division
ISSUE:
On July 27, 1982 sealed bids for District Project 3623 were received and
opened. The Board of Directors must award a contract or reject proposals
within 90 days of the opening of sealed bids.
BACKGROUND:
The primary purpose of the electric motor driven blower is to provide
standby aeration air blower capacity in the event that the steam system
fails. In addition to its primary purpose, the electric motor driven blower
may be used in combination with the steam driven blowers to reduce operating
costs by operation during off-peak hours.
The Board has taken a series of actions to authorize the electric motor
driven blower project. To date $787,594 has been authorized to cover
predesign, final design, blower prepurchase, and construction management.
The electric motor driven blower has been manufactured, tested and delivered
to the District for installation. The last step in project implementation
is the award of the installation contract.
On July 27. 1982, sealed bids for the installation of the electric motor
driven blower were received and opened. The bid tabulation is attached.
The low bidder is Amos and Andrews at $241,948. The Engineer's estimate
prepared by Metcalf & Eddy was $478,000. The reasons for the discrepancy
between the low bid and the Engineer's estimate are:
1. The design was modified after the Engineer's estimate was made to
reduce the cost of the installation project. Structural steel
was used to replace a complicated reinforced concrete foundation.
2. The blower has been delivered and is ready for installation
eliminating the need for a contingency associated with delays due
to late delivery.
3. The current bidding environment appears to be very competitive.
A post bid/pre-construction cost estimate ;s attached. The total project
cost is estimated to be $1,088,737. $301,143 in additional funds are
required for the installation contract cost, construction contingencies,
developing O&M instructions. and startup/acceptance testing.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
'" 'nA"'f!)J2D 'v. CWS
\.JL JL
JSM a
CLW
The SWRCB has given advance construction approval for this project.
This approval will allow the District to be reimbursed for eligible
project costs if and when a future grant is awarded. The District will
continue to follow the grant procedures until such time that it is
certain whether or not a grant will be awarded. No grant funding can
be guaranteed at this time.
This project is included in the 5-year Capital Expenditure Plan.
. RECOMMENDATION:
Award the contract for construction of District Project 3623 to the
lowest responsive, responsible bidder, Amos and Andrews, per their bid
received July 27, 1982, contingent upon SWRCB Approval to Award. Authorize
$301,143 in additional sewer construction funds for construction, construc-
tion management, incidentals and contingencies.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATING OEPT./D1V.
GEN. MGR./CHIEF ENG.
CWS
JL
JSM
CLW
POST BID-PRECONSTRUCTION COST ESTIMATE
DISTRICT PROJECT NO. 3623
ELECTRIC MOTOR-DRIVEN AERATION BLOWER
Construction Contracts
Prepurchase Electric Blower
Unload Blower
Install Blower
Subtota 1
Contingency @ 5%
Contract Subtotal
Construction Management
Survey
Inspection
Office Engineering/As-Builts/
Operating Instructions
Contract Administration
Grant Administration
Startup & Testing
Construction Mgmt. Subtotal
Pre-Bid Expenditures
Design, Advertising, Printing
Total Estimated Project Cost
Funds Previously Authorized
Additional Funds Required to
Complete Project
$1,500
18,000
17,500
9,000
9,000
2,500
Total
$597,341
5,000
241 ,948
$844,289
42,200
$886,489
$ 57,500
$144,748
$1 ,088,737
$ 787,594
$ 301,143
% Const.
Contracts
6.5
16.3
123
CENTR~ _ CONTRA COSTA S~ ~NITARY DISTRICT
B (0 SUMMARY .
JOB District Project No. 3623
DATE July 27, 1982
LOCATION Wastewater Treatment PlantENGR. EST $480,000
BIDDER
NAME BID PRICE
ADDRESS
PHONE
Amos & Andrews ;; ".' ,.,
P.O. Box 250
Fairfield, CA 94533 $241 ,948
Monterey Mechanical Co.
8275 San Leandro St.
Oakland, CA 94621 $288,700
..
Da1 tell Corp. ,
'.
P.O. Box 8284 ,
Erne ryv i 11 e , CA 94662 $322,000
-
JOB
DSP 3623
CHKD. BY JM2
BY_Curt Swanson
DATE 7/27/82 SHEET NO.
DATE7/27/~
OF 1
::;.:K~~.~ ......;..;,~.:...-~~~.:.~.;c.; _':::,,-:;~.~~___~___--:--_.
--.~-____.~__--'___.........._'__"....__ ',"-"'-~_."~'.~;..o.~""'<.~~'''''., ".._........,.....'.... . ....--...., .~~'.---
Cent
Contra Costa Sanitary District
BOARD OF DIRECTORS
NO. ~ 8J~a/. /J1.-()J9,4-J.
...3 I{ &J z..-
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
July 30, 19RZ
SUBJECT
A\,'ARD OF CONTRACT FOP, D I STR I CT PROJECT 3433, REN0VA-
Tlotl OF LOHER ORINDA MID MARTn!EZ PUt1P STATlm!S AND
AUTHORIZATION OF $ 641).700 FROM SEVIER COtISTRlJCTION FUNOS
TYPE OF ACTION
AWARD OF CONTRACT
Jay S. McCoy
INITIATING DEPT./DIV.
Construction and Services Division
SUBMITTED BY
BACKGROUND: This project is the third in a series of recent pump station
modification projects performed by the District. The work consists of:
Lower Orinda
1. Installation of a new shut-off gate on the station inlet pipe to
provide capability to control incoming flows to the station.
2. Installation of a permanent chemical feed system to control odors.
3. Modification of the wet well ventilation system to improve
safety.
4. Replacement of a malfunctioning plug valve between the two dis-
charge force mains.
5. Installation of a new hoisting system which will be used to
facilitate pump maintenance.
6. Modification to the existing variable speed pumping control system
to improve operational efficiency.
Martinez
1. Correction of yard drainage problems.
2. Installation of landscaping, new entry gate and fencing to make
the site more compatible with its surroundings.
3. Painting existing structures.
4. Installation of a permanent chemical feed system for odor control.
5. Installation of an enclosure for the chemical feed system.
6. Modification of the wet well ventilation system to improve safety.
7. Replacement of existing stairs in order to meet CAL-OSHA safety re-
quirements.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
c:.~~ CUJ
The proposed work will result in cost savings to the District in the
use of diesel fuel, engine maintenance and use of sodium hydroxide.
The modified variable speed pumping system at Lower Orinda will save
approximately $10,000 per year in diesel fuel because the amount of
time that the diesel engines will be used will be reduced. With the
reduction in use of the diesel engines, maintenance on the engines
will be reduced. Of course: electrical costs will increase because
the electric motors will be used more frequently. It is anticipated
that the differential between the reduced engine maintenance costs
and the increased electricity costs will not be significant. The
new sodium hydroxide feed system at Martinez could save as much as
$15,000 per year over and above todaysl costs with the potential of
additional cost savings by maximizing the timing of the interjection
of the chemical.
$64,000 of the contract relates to safety issues, i.e., better venti-
lation wi.ll be provided and four unsafe stairways will be replaced.
Two pump station projects recently completed included minor repairs
at Lower Orinda and Martinez and the installation of chemical feed
systems at three other stations at a total cost of $205,000.
On July 28, bids for this project were received and opened. The
apparent low bidder is Dalzell Corporation, Emeryvi lIe, Cal ifornia.
A total of 6 bids were received as shown on the attached bid tabula-
tion sheet. The Engineers estimate (by Waste and Water International)
was $473,000, 7% below the lowest bid. The main reason that the
Engineer's estimate was low was because the Engineer underestimated
the cost of bid item I I, the chemical feed system at M~,tinez. Previous
project references for Dalzell Corporation have been checked and the
firm has been found to perfor~ the type of work included in this contract
satisfactorily.
An e~timate of costs for-project completion is attached.
RECOMMENDATION: Award the contract for District Project 3433 to Dalzell
Corporation and authorize $645,700 from Sewer Construction Funds for
completion of the project.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATING OEPT./OIV.
GEN. MGR./CHIEF ENG.
CENTRA_ CONTRA COSTA SANITARY DISTRICT
J 08 3433
DATE July 28; 19~2
Renovation of Lower Orinda
LOCATION and Martinez Pump Stations ENGR. EST $473,000
BIDDER
NAME BID PRICE
ADDRESS
PHONE
l. Oa 1 ze 11- Gorp"
P.O. Box 8284
Emeryvi 11e, CA 94662
415 - 835-0732 $508,000.00 .
2. Hi 1 son Pacific Construction
P.O. Box 5336
Concord, CA 94524
415 - 671-0900 $540,000.00
3. Engineering Construction Inc. ."
P.O. Box 906
Concord, CA 94522
415 - 827-3339 $544,839.00
4. C.I.'. Roen Construction
P.O. Box 4
Danvi11e, CA CJ4526
411) - R~7-SS01 $590,350.00
5. Robert J. Co11 ins
Gen. Engineering-Contractor
P.O. Box 96
Martinez, CA 94553 ," $596,000.00
L,1e:: - 7.7?-7(...n(...
6. \-f.R. Thomason
P.O. Box 2249
Martinez, CA 94553
415 - 229-2720 $602,000.00
..
I
7/2'0/'62
JOB 3433
CHKD.BY
G77
BY__
DATE 7-30--r.z
DATE___
SHEET NO.-----1- OF 1
---:.~~ :.........~-.~--.,;;,.:.......',,~:--:-':'.'...:-...... ':_~'-~'~:-''''''''''-~~--'-'''---''-.-'------------------..._-_._-.--'._-_..:..._,~,- -
POST BID
ESTIMATE OF COSTS
FOR
DISTRICT PROJECT 3433
DESCRIPTION
COST
% OF
CONSTRUCTION
Construction Cost
Contract -
Contingency -
Subtotal
$508,000
50,800
$558,800
100.0
Construction Management
Administr~tion -
Inspection -
Engineering -
Surveying -
Testing -
Plant Operations -
Subtotal
19,700
22,200
25,200
1,000
1,000
2,500
71 ,600
12.8
Other Incidentals
Startup - Asbuilts - O&M Manual
15,300
2.7
TOTAL PROJECT COST -
$645,700
115.5
G)
"WI
WASTE ~ WATER INTERNATIONAL
HENRY C. HYDE, P.E.
EMILIO DE l.A FUENTE, P.E.
AKHTAR HAMID, P.E.
VICTOR VON ASPERN
SHAHNA WAZ AHMAD, P.E.
5850 SHELLMOUND STREET, SUITE 100 0 EMERYVILLE, CALIFORNIA 94608 0 (415)428-2381
August 2, 1982
Mr. Jay McCoy, P.E., Manager
Construction and Services Division
Central Contra Costa Sanitary District
1250 Springbrook Road
Walnut Creek, CA 94596
RE: DISTRICT PROJECT NO~3433-';' WWI JOBNO~026:"222
Dear Jay:
Regarding construction of the Renovation of Lower Orinda and Martinez Pump
Stations project,we recommend that the contract be awa~ded to the lowest
responsible bidder, Dalzell Corporation of Emeryvi11e, California.
Sincerely,
~~~
EMILIO DE LA FUENTE, P.E.
Project Manager
ccCSD
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO.
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
J u 1 y 1 5, 1982
SUBJECT AUTHORIZATION TO AWARD THE PURCHASE OF CHLORINE LIQUID
TO OCCIDENTAL CHEMICAL CORPORATION FOR THE PERIOD THROUGH
JUNE, 1983
TYPE OF ACTION
AWARD OF PURCHASE
KEN F. LAVERTY
INITIATING DEPT./DIV.
ADMINISTRATION/PURCHASING
SUBMITTED BY
Issue: The District has advertised and requested bids for chlorine liquid, Bid Request
TP-1-8283.
Background: Bids were solicited from four separate companies. The bid was formally
advertised. There were two responses to the bid: one from Dow Chemical for
a total delivered unit price of $63.37; and one from Occidental Chemical for
a total delivered unit price of $57.66. Analysis reveals that Occidental
Chemical is the lowest responsible bidder.
Estimating an annual usage of 880 tons, the anticipated value of the proposed
blanket purchase order effective through June, 1983 is $51,000.
Recommendation: Authorization to award the purchase of chlorine liquid to Occidental
Chemical Corporation for the period through June, 1983.
Admi n ./Purch.
R OARD ACTION
INITIATING DEPT./DIV.
'\
r'
l:-1I
1~7
'~I
. ~
....w
.u
0--
011:
...L
0-'"
Z!'!
:)11:
L
~ .
~ " ....'"
~!,!
011:
...L
I
"
\ ...
~ 0 ...'"
-u
z -
~f
.......
IS
Gl
:i .......
~
z: t; i! Y
~ "' 011:
X ...L
III
..."'
Z!:!
;:)11:
L
~
~i~~
~ ,~ "
~ ~
~ .~~
,
~
,~
"
~
.~
,
\
~ <:\'
f '"
i ~'
~
~
~
V
\l
~~ ~
~ '\.. ?:;
~ ~
~
.~
~ ~
~ ~~ ~ ~
~ ~ ef ~ ~
"" '<:)~ ~ ~
~ I '~ \\ ~ w ~ '- ~ ')
1'1 \, ~!,!~~~~
~ ;:)f '" ~. I) I't\
\l\ ~
-~ .......~N\~. ~
~ .2 t('\
1\ "I;II: ~
" ~...L ~ ~
\1\ t'-- '" <l ~ t'C'\
\\
\} I ~.... ~ ~ ~I'" t'-
~ I~ ~ i ~ ~ " ~
~ ~ ~ ~
a:~ i...
50:i 6~~'-l;
a:aDZ ~ 0:06.1ii
811:~~aiL ~~u... ~~
zoggcSd.<<!.I .Iy\.
,~~oO":oS~l:I 1"-
= '-
~ ...
. ~
~
.~ ~
en ~ ~
Q ~
Cii,~ \l
...~ ~
o "
-g) ~
':$ J ~
::J " ,
~ ~ ,
... ~ ~
Q ~
z
~ i
~ 0
i I i
q
\l
,~ '5
~Q
~
~
'<
o
~~ ~
':I", ~
'1>.. ~I' U
" ..;J .", ~
z~'.l~
i , t ~ \(
~ ~'II ~
o"'t"
\I ~ ~
t " \I ~
~'I..,~
~ ~ ~ ~~
~ ~ \:t '\
~ ~ :t ~J ~ ~
. ~ ~ ~ ~ '\ ~ ~.\
~~ ol-~""-.\~'J
'" " I""
c z
I~~'--
.~ f ~ ~ .....: r-( ~ ~
~ -
~
~
"
~
~
rf\
,ot
~
~
t'-.
1'(\
.~
~
,~
~
~
"
~'
,'1
~.
~
....
<:)
~
,t...
~
~ ~;~~
~ ~~l~'
~
\.z
I
31 ~
~ '" ~,
~i~~
~ ~.f
~.I'f\ \l
,,~~~,.
~ I~ \) ~
'" . . " \1\
~ ,~ ~
.{) '^,
..c. ' , -ai
~ ~l,
~~
~ ~~
~ . '
I
Central Contra Costa itary District
BOARD OF DIRECTORS
ar
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
J u 1 y 30, 1982
SUBJECT EXECUTE EASEMENT AGREEMENT WITH CONTRA COSTA WATER
DISTRICT FOR WATER MAIN OilER TREATMENT PLANT PROPERTY
(JOB 3698)
TYPE OF ACTION
EXECUTE EASEMENT
AGREEMENT
Dennis Hall
INITIATING DEPT./DIV.
Construction and Services Division
SUBMITTED BY
ISSUE: The Water District has requested this District to grant a water
pipe line easement across a portion of our Treatment Plant property.
BACKGROUND: The subject easement will provide for the installation of
a 12-inch pipe line which will extend northwesterly from Imhoff Drive,
810 feet to a point in Imhoff Place. The new pipe line will provide
service to businesses on Imhoff Place. The subject easement lies with-
in existing easement this District recently granted to the County for
access from Imhoff Place to Imhoff Drive. Staff has reviewed the
Water District's design for this water main. The water main is not
expected to interfere with any future District plans within the ease-
ment area.
The Water District will coordinate their construction with W.A. Thomas
and this District.
RECOMMENDATION: Approval, execute Easement Agreement.
INITIATING DEPT./DIV.
/1M-
DH
.;> P~/1
/ "jSM
e~CL\.J
REVIEWED AND RECOMMENDED FOR BOARD ACTION
a
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO.
ar
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
July 2R, 19~2
TYPE OF ACTION
SUBJECT
QU ITCLA I M SEVIER EASEMENT, JOB 3578, OR I NDA AREA
TO DONALD & lOREllE HUNT
QUITCLAIM EASEMFNT
Dennis Hall
INITIATING DEPT.!DIV.
Construction and Services Division
SUBMITTED BY
ISSUE: The District has been requested to quitclaim an existing sewer
easement located within Parcel D of Book 100 of Parcel Maps, page 14.
BACKGROUND: The sewer main intended to be installed in the subject
easement has been re-designed to the north. A replacement easement
in the new location has been granted to this District. Therefore,
the subject easement is no longer required.
RECOMMENDATION: Approval, execute Quitclaim Deed and authorize its
recording.
INITIATING DEPT.!DIV&~
DH
e.~ Cll:!
REVIEWED AND RECOMMENDED FOR BOARD ACTION
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO.
ar
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
SUBJECT
EXECUTE AGREEMENT RELATING TO REAL PROPERTY WITH JOHN
w. PIGGOTT, ET UX. JOB 1462 - SUBD. 3681, LOT 16,
LAFAYETTE
TYPE OF ACTION
APPROVE REAL PROPERTY
AGREEMENT
SUBMITTED BY
Dennis Hall
INITIATING DEPT./DIV.
Construction and Services Division
ISSUE: The property owner wants to maintain in place a covered wooden
deck, stairway and conversation pit over a portion of a District
easement.
BACKGROUND: The property owners have met with District staff and they
have made requested modifications to the design of the subject wooden
deck so that the deck supports are clear of the District's sewer line.
. Staff has determined that the improvements do not interfere with the
present use of our sewer; however, if the need should arise, the
agreement requires the property owner to move the structure at his
expense within 30 days of notice to do so.
RECOMMENDATION: Approval, execute "Agreement" and authorize its record-
ing.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
~~
CLW
Contra Costa Sanitary District
BOARD OF DIRECTORS
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
SUBJECT
EXECUTE AGREEMENT RELATING TO REAL PROPERTY WITH
WILLIAM J. BONDY JR., ET UX, JOB 165 - SUBD. 2138 -
LOT 7 - ORINDA AREA
TYPE OF ACTION
APPROVE REAL PROPERTY
AGREEMENT
SUBMITTED BY
Dennis Hall
INITIATING DEPT./DIV.
Construction and Services Division
ISSUE: The property owner wants to install a hot tub and wooden deck
together with auxiliary water pipe 1 ines over a portion of a District
sewer easement.
BACKGROUND: Staff has determined that the improvements do not interfere
with the present use of our sewer; however, if the need should arise,
the agreement requires the property owner at his expense to remove the
structure within 30 days of notice to do so.
RECOMMENDAT ION: Approva 1, execute "Agreementl' and author i ze its record-
ing.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
e~ CLW
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO.
6 8/5/82
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
July 2R, 1982
SUBJECT
AUTHORIZATION FOR P.A. 82-12 (~IALNUT CREEK AREA) TO BE
INCLUDED IN A FUTURE FORMAL ANNEXATIO~1 TO THE DISTRICT
TYPE OF ACTION
AUTHORIZE
ANNEXATION
Jay S. McCoy
INITIATING DEPT./DIV.
Construction and Services Division
SUBMITTED BY
Parcel
No.
Area
Owner
Address
Parcel No. & Acreage
Remarks
Lead
Agency
82-12
W.C.
J . M. Younger
300 Bowfin
Foster City, CA
187-150-015 (0.47 Ac.)
Property vacant, owner plans
to build one single family
home. District to prepare
"Notice of Exemption")
CCCSD
RECOMMENDATION: Authorize P.A. 82-12 to be included in a futre formal annexation
to the District.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
JSM
~~ CLW
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO~ . Englneerlng
1 8/5/82
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 2, 1982
SUBMITTED BY
Curtis ~. Swanson
TYPE OF ACTION
APPROVE CONTRACT
AMENDMENT, AUTHORIZE
FUNDS
SUBJECTAPPROVE AMENDMENT NO. 2 TO AGREEMENT WITH JOHN CAROLLO
ENGINEERS FOR THE FINAL DESIGN OF SLUDGE THICKENERS AND AUTHORIZE
$307,434 IN SEWER CONSTRUCTION FUNDS
ISSUE:
Approval is required for Amendment No.2 to the John Carollo Engineers
Agreement. Additional funds are required for continuation of the Stage 5B
Project.
BACKGROUND:
The District began preliminary design of the Stage 5B Project in February,
1982. The Stage 5B Project will provide conventional secondary treatment
and sludge processing for wastewater flows up to 45 MGD. The project con-
sists of the following five major elements: hydraulic capacity expansion,
sludge thickening, sludge dewatering, emergency power improvements, and
other facility improvements as discussed in the Facilities Plan Supplement.
John Carollo Engineers was authorized to proceed with final design of the
hydraulic capacity element on June 3, 1982. At this time the sludge
thickening portion of the project can be advanced to the final design phase
and some additional predesign work is required on sludge dewatering.
Based on the results of the preliminary design work and a successful
demonstration, dissolved air flotation (OAF), is the most cost effective
method of waste activated sludge thickening. The capital cost of OAF
thickeners is estimated to be $3,000,000; however, this unit process will
eliminate the need for lime addition for an annual cost saving of approxi-
mately $715,000 per year. District staff has negotiated a lump sum cost
of $238,000 for final design of the sludge thickening facility. Final
design will be completed by March, 1983.
During the thickening and dewatering demonstration test conducted in June,
serious questions were raised over our ability to successfully control the
odors that were associated with the belt filter press operation. The odors
experienced at CCCSD were more severe than those at any of the other belt
filter press installations observed by any of the staff or our consultants.
The only viable alternative is centrifuge dewatering and there is a new
generation of centrifuges on the market that offer a significant savings
in energy and polymer when compared to our existing units. A two stage
demonstration test is recommended to verify performance. The first stage
test, estimated to cost $47,100, will show if the cost savings can be
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITle~:2T'/DIV' CWS
JL- JL
e.:c~ CL
achieved and the second stage test, estimated to cost $~2,200, would be
used as the basis for an evaluated bid for the equipment purchase and a
separate Board authorization would be requested. District staff has
negotiated a cost plus fixed fee price with John Carollo Engineers of
$23.352 for assistance on the demonstration test and certain preliminary
design work on centrifuge dewatering.
If Clean Water Grant funding is obtained. the District may be required
to perform value engineering on the sludge thickening design. District
staff has negotiated with John Carollo Engineers to provide assistance
with value engineering on a per diem basis for a total cost not to exceed
$5.000.
The total cost of Amendment No. 2 is $259,334.
Included in the cost estimate for the first centrifuge demonstration is
$12.100 for District staff effort. District staff will provide project
management, pilot study coordination. laboratory sampling and analysis.
and sludge cleanup.
The total authorization request is for $307,434 as detailed in the
attached cost summary.
This work is included in the 5-Year Capital Expenditure Plan with the
exception of the demonstration test.
RECOMMENDATION:
Authorize the General Manager-Chief Engineer to execute Contract Amendment
No.2 with John Carollo Engineers and authorize $307.434 in sewer construc-
tion funds.
REVIEWED AND RECOMMENDED FOR SOARD ACTION
INITIATING DEPT./DIV,
CWS
JL
CLW
GEN. MGR./CHIEF ENG.
COSTS OF CENTRIFUGE PILOT STUDY AND
JOHN CAROLLO ENGINEERS CONTRACT AMENDMENT NO. 2
Sludge Thickening
OAF Design by JCE
Value Engineering (if required)
$238,000
5,000
Hydraulic Expansion
Credit due to OAF
Scope Change
Centrifuge Pilot Study (First Stage)
JCE & Equipment (1)
Set-up (2)
Force Account
Subtotal
Centrifuge Pilot Study (Second Stage)
$(7,018)
23,352
35,000
13,100
$71 ,452
JCE (3)
Set-Up & Equipment (3)
Force Account (3)
Subtotal (3)
o
51 ,000
11 ,200
$62,200
Total Authorization Request
$307,434
(1) Includes centrifuge rental, pilot study assistance and report,
centrifuge layout, and sludge cake pumping evaluation.
(2) Includes odor control monitoring, ancillary equipment rental,
electrical and mechanical contractors.
(3) Funds for second stage request will be requested if first stage
pilot study is successful.
Central Cont itary District
BOARD OF DIRECTORS
POSITION PAPER
NO. JZl EN
~
ROGER J. DOLAN
General Manager-Chief Engineer
SUBJECT APPROVE AMENDMENT TO THE AGREE ENT HI TH HASTE &
WATER INTERNATIONAL FOR ENGINEERING SERVICES FOR REMOVATION OF
DISTRICT PUMPING STATIONS, (PROJECT 3433) AND AUTHORIZE THE EX-
ECUTION OF THE AMENDMENT
DATE
July 29, 1982
TYPE OF ACTION
APPROVE AMENDMENT
SUBMITTED BY
Jay S. McCoy
INITIATING DEPT./DIV. .
Construction and Services Division
ISSUE: It is necessary to amend the existing agreement with Waste &
Hater International (\..1\-11) to provide for engineering services during
construct ion.
BACKGROUND: The basic ~~f1 agreement and the first three amendments
there to include provisions for the preparation of plans and speci-
ficiations for pump station projects. Amendment No.4 covers
engineering services durin~ construction including electrical inspec-
tion. The cost of this amendment has been negotiated to $42,332
This amount is a maximum which will not be exceeded unless a change
in scope of services occurs. The authorization of $42,332 is in-
cluded in the money authorized with the award of Project 3433.
RECOMMENDATION: Approve Amendment No. l~ to the agreement with V!aste &
Water International for engineering services for renovation of District
Pumping Stations, (Project 3433) and authorize the execution of the
agreement by the General Manager-Chief Engineer.
Attachment
REVIEWED AND RECOMMENDED FOR BOARD ACTION
t,~ CUI
Cont Costa Sanitary District
BOARD OF DIRECTORS
NO.
3 8/5/82
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
July 28, 1982
SUBJECT
EXECUTE JOINT USE AGREEMENT WITH C.C. COUNTY FOR STORM
DRAINAGE FACILITIES TO BE CONSTRUCTED UNDER EXISTING
DISTRICT 66-INCH TRUNK SEWER JOB 1541 CONCORD AREA
TYPE OF ACTION
EXECUTE JOINT USE
AGREEMENT
SUBMITTED BY
Dennis Hall
INITIATING DEPT./DIV.
Construction and Services Division
ISSUE: Contra Costa County plans to construct an 84-inch storm drainage
structure under the District's 66-inch trunk sewer located in the Southern
Pacific Railroad right of way south of Monument Boulevard. An agreement
with this District is required before they begin work.
BACKGROUND: The county has met with District staff concerning details
and methods of construction in the area of our trunk sewer. The county
has modified their original proposal to satisfy District requirements.
The proposed agreement provides for protection of District facilities,
spells out rights and responsibilities of each party and recognizes our
prior interest in the area. District Counsel has reviewed and approved
the subject agreement.
RECOMMENDATION: Approve execution of Joint-Use Agreement between Contra
Costa County and CCCSD for crossing of the Districtls 66-inch trunk
sewer by the county1s proposed 84-inch storm drain.
REVIEWED AND RECOMMENDED FOR BOARD ACT/ON
INITIATING DEPT./DIV.,{l
DH
#1)1 JMc
~ ~ CU!
JC
<C<SD
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
N~ VII. Solid Waste
1 8 5 82
POSITION PAPER
VIA: ROGER J. DOLAN
General Manager-Chief Engineer
DATE
August 2, 1982
SUBJECT CONSIDER ALTERNATIVE PROPOSALS BY PRICE WATERHOUSE
FOR MANAGERIAL REVIEW OF VALLEY DISPOSAL SERVICE, INC.
TYPE OF ACTION
CONSIDER CONSULTANTS'
PROPOSAL
SUBMITTED BY
Walter N. Funasaki
INITIATING DEPT.!DIV.
Accounting Division
ISSUE: On July 15, 1982, the Board of Directors considered the work plan
submitted by Price Waterhouse for the managerial review of Valley Disposal
Service, Inc. and requested that a revised work plan be submitted for the
Board's consideration at the August 5, 1982 Board Meeting.
BACKGROUND: The firm of Price Waterhouse, Certified Public Accountants,
submitted its proposed work plan and fee estimate for a managerial review of
Valley Disposal Service, Inc. at the July 15, 1982 Board Meeting. A copy of
the original work plan is provided as Attachment I.
The Board of Directors requested the following modifications to the work plan
and the submission of a revised work plan and fee estimate at the next Board
Meeting:
o In view of the completion of a Garbage Collection Survey and
Rate Analysis report prepared by District staff in 1977, a
reduced level of effort for Task 1, Assessment of Refuse
Collection Effectiveness and Productivity, should be proposed.
Changes in the nature of services presently provided were not
to be included in the scope of Task 1.
o A greater emphasis was requested for development of alternative
rate setting methods.
Price Waterhouse has reviewed the District's 1977 report and concluded that
the report woul d not be useable for productivi ty recommendations within Task 1,
primarily because the information in the report is dated.
The consulting firm has prepared an alternative proposal, which includes a
significantly diminished Task 1 effort, for $35,000. Additionally, a revised
work plan which reflects a modest decrease in Task 1 and a greater level of
effort in Task 4, Review of Rate Setting Procedures, and Task 5, Preparing
Final Report, with a transfer of $5,000 from Task 1 to Task 4 and Task 5 without
changing the total fee estimate of $50,000, is proposed. A copy of the
alternative proposals is presented as Attachment II.
- Cant i nued-
WNF
EVIEWED AND RECOMMENDED FOR BOARD ACTION
<c<SD
Central Contra Costa Sanitary District
BOARD OF DIReCTORS
NO.
Page 2
POSITION PAPER I VIA: ROGER J. DOLAN
General Manager-Chief Engineer
SUBJECT CONSIDER ALTERNATIVE PROPOSALS BY PRICE WATERHOUSE
FOR MANAGERIAL REVIEW OF VALLEY DISPOSAL SERVICE, INC.
DATE
August ~, 1982
TYPE OF ACTION.
CONSIDER CONSULTANTS'
PROPOSAL
SUBMITTED BY
Walter N. Funasaki
I!IlITIATING DEPT.!DIV.
Accounting Division
The Board of Directors initiated the managerial review by the followi~g
motion on April 15, 1982:
"After discussion, it was moved by Member Boneysteele, seconded by
Member Dalton, as follows: (1) that Valley Disposal Company, Diablo
Disposal and Lafayette Disposal, be granted a rate increase which
would raise the operating ratio up to 100% in Zones 4, 5 and 2,
respectively; (2) that the Collector submit to the District the
names of five managerial consultants, of which the District staff
would select one for the purpose of conducting a managerial audit;
and (3) that it be understood that the costs of the study will be
paid by the franchisee and recoverable under a future rate setting
process."
The following three alternative methods of paying the consultants' fee are
suggested to meet the terms of Item (3) in the above motion:
(1)
Valley Disposal Service should join with the District in
contracting with the consulting firm. Valley Disposal is
pay the consultants directly and recover the cost through
next regular rate setting process.
tb
the
(2) The District should contrattwHh the consulting firm and pa~
the consultants' fee. The District is to bill Valley Disposal
as payments to the consultants are made. Valley Disposal is
to repay the District within 30 days of receipt of District's
bill and recover such costs through the next regular rate
setting process.
(3) The District should contract with the consulting firm and pay
the consultants' fee. The District is to bill Valley Dispo:sal
for the total amount of the consultants' fee when the next,
regular rate increase application is granted, and Valley
Disposal will repay the District within six months after the
new rates are impl emented. V:a 11 ey Di sposa 1 wi 11 recover t~e
consultants' fee by inclusion of the fee as operating expenses
in the previously described ~ate increase application.
-Continued-
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATING DEPT.!DIV.
GEN. MGR.VCHIEF ENG.
<c<SD
Central Contra Costa Sanitary District
BOARD OF DIRECTORS
NO.
Pa ge 3
POSITION PAPER I VIA: ROGER J. DOLAN
General Manager-Chief Engineer
SUBJECT CONSIDER ALTERNATIVE PROPOSALS BY PRICE WATERHOUSE
FOR MANAGERIAL REVIEW OF VALLEY DISPOSAl SERVICE, INC.
DATE
Au gus t ?, 1982
TYPE OF ACTION'
CONSIDER CONSULTANTS'
PROPOSAL
SUBMITTED BY
Walter N. Funasaki
IN'ITIATING DEPT./DIV.
A~counting Division
RECOMMENDATION: Consider the two alternative work plans and fee estimates
submitted by Price Waterhouse and determine the alternative to be
incorporated in a professional services agreement; additionally, the method
of payment of the consultants' fee should be determined.
REVIEWED AND RECOMMENDED FOR BOARD ACTION
INITIATING DEPT./DIV.
GEN. MGR'/CHIEF ENG.
I