PDF Return
C. 67
To: Board of Supervisors
From: Julia R. Bueren, Public Works Director/Chief Engineer
Date: August  15, 2017
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: APPROVE the 40 Muir Road, 2nd Floor, Martinez, Remodel Project and Related CEQA Actions (WH146B)

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   08/15/2017
APPROVED AS RECOMMENDED OTHER
Clerks Notes:

VOTE OF SUPERVISORS

AYE:
John Gioia, District I Supervisor
Candace Andersen, District II Supervisor
Diane Burgis, District III Supervisor
Karen Mitchoff, District IV Supervisor
Federal D. Glover, District V Supervisor
Contact: Ramesh Kanzaria, (925) 313-2000
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown.
ATTESTED:     August  15, 2017
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

(1) APPROVE the 40 Muir Road, 2nd Floor, Martinez, Remodel Project [Project No. 250-1512 [DCD-CP#15-29] (District 5); and  

  

(2) DETERMINE the Project is a California Environmental Quality Act (CEQA), Class 1(a) Categorical Exemption, pursuant to Article 19, Section 15301 of the CEQA Guidelines, and  

RECOMMENDATION(S): (CONT'D)
  
(3) DIRECT the Director of Department of Conservation and Development to file a Notice of Exemption with the County Clerk, and  
  
(4) AUTHORIZE the Public Works Director, or designee, to arrange for payment of a $25 fee to the Department of Conservation and Development for processing, and a $50 fee to the County Clerk for filing the Notice of Exemption.

FISCAL IMPACT:

The estimated construction cost is $1,000,000 (100% General Fund).

BACKGROUND:

In its current state, the second floor of 40 Muir cannot be occupied or utilized by County departments. This project includes design and construction to complete the space so it can be fully utilized as office space. Major components to finish the space include: new partitions, suspended ceilings, doors, flooring, painting, plumbing, HVAC, electrical, tele/data communications, etc.  
  
On April 18, 2017, the Board of Supervisors awarded a job order contract (JOC) for repair, remodeling, and other repetitive work to be performed pursuant to the Construction Task Catalog to each of Federal Solutions Group, Aztec Consultants, Mark Scott Construction, Inc., and S.C. Anderson Group International Inc., each in the amount of $2,500,000. This project is expected to be performed by one of the four JOC contractors. A task order catalogue has been prepared for the JOC Contractor to complete this Project. In the event that the Project is not performed by a JOC contractor, the Public Works Department will return to the Board for approval of plans and specifications and authorization to advertise and solicit bids.

CONSEQUENCE OF NEGATIVE ACTION:

If the CEQA is not approved, the space will cannot be utilized by County departments.

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved