Loading...
HomeMy WebLinkAboutMINUTES - 07281998 - C1-C5 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 28, 1998 SUBJECT: Contract Award Recommendation: 1998 Pavement Microsurfacing Project, Project Na. 0672-6U2173, Martinez area. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Valley Slurry Seal Company, the low bidder, in the amount of$88,162.58 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$44,081.29 and $88,162.58,respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the Director having reviewed and found sufficient all required documents,including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment:_ SIGNATURE: RECOMMENDATION 01"UOUNTY =IN1STt(X1'0IK RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): �w...,. ACTION OF BOARD ON July 28 , 1998:APPROVED AS RECOMMENDED-X– — VOTE OF SUPERVISORS X UNANIMOUS(ABSENT T DZ } AYES: NOES: ABSENT: ABSTAIN: RB:tt \\P W S I\SHARDATA\GrpData\Const\BO\98PM-28-t7.doe Orifi.[div.: PW(Constr) Contact: Joseph J-Murphy(925)313-2320 1 hereby certify that this is a true and correct cc: County Administrator copy of an action taken and entered on the Auditor-controller minutes of the Board of Supervisors on the Public Works; dine shown. -R.Bruno,Construction July 28, 19% -R.Gilchrist,Accounting ATTESTED: -Design PHIL BATCHELOR, Cierk of the Board S.B.E. -Transp.Engin. of Supervisors and County Administrator 703 Market St. } Deputy San Francisca,CA 94103-1000 By ��� `��° Contractor (i of 2) 11 _._ . .... ....... ........ ....... ........ ........... ............ ..._._...... _._._.. .. ._........_. ........... SUBJECT: Contract Award Recommendation: 1998 Pavement Microsurfacing Project, Project No.0672-6U2173, Martinez area. BOARD DATE: July 28, 199$ I. RECOMMENDED ACTION: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Public Works Director, 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 Public Works Director 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 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). II. FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Road Funds(100%). III. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on June 9, 1998. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, July 14, 1598. The construction bids received were as follows: 1. Valley Slurry Seal Company.....................................................................$88,162.58 2. California Pavement Maintenance ..........................................................$93,875.55 The Engineer's estimated construction cost was $83,093.00. (2 of 2) ......... ......... ....._.. _ __ ...... ........ .......... ....._..... _... ......... . - _ _ .................. ..................... TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 28, 1998 SUBJECT: Contract Award Recommendation: Pacifica Avenue and Port Chicago Highway Bike Lanes Project, Project No. 0862-6R4155, Bay Point area. SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION 1. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Valley Slurry Seal Company,the low bidder,in the amount of$87,062.93 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$43,531.47 and $87,062.93, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the Director having reviewed and found sufficient all required documents, iF ' the contract signed by the contractor, the aforementioned surety bonds, and a certificate of'nsuran Continued on Attachment: X SIGNATURE: ®RECOMMENDATION OF BOARD COMMITTEE _APPROVE _OTHER SIGNATURE(S): ACTION OF BOARD ON Ally 28, 19% APPROVED AS RECOMMENDED_y VOTE OF SUPERVISORS X UNANIMOUS(ABSENT 14 N ) AYES: NOES: ABSENT: ABSTAIN: RB:tt G:\GrpData\Const\BO\PABL-28-t7.doc I hereby certify that this is a true and correct Orig.onDiv.: MurphPW(Cy (92str) copy of an action taker; and entered on the Contact: Joseph J.Murphy(925}313-2320 cc: County Administrator minutes of the Board of Supervisors on the Auditor-Controller date shown. Public Works; N22---- R.Bruno,Construction ATTESTED: .2-& - -R.Gilchrist,Accounting PHIL BATC ..Lt7 , Clerk of the Board -Design of Supervisors and Count Administrator -Transp.Engin. s.a.E. By.- .. e4�A� .. ..Deputy 703 Market St. San Francisco,CA 941031000 Contractor (I of 2) SUBJECT: Contract Award Recommendation: Pacifica Avenue and Port Chicago Highway Bike Lanes Project, Project No.0662=6114155, Bay Paint area. BOARD DATE:July 28,1998 I. RECOMMENDED ACTION: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Public Works Director, 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 Public Works Director 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 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). IL FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Navy Mitigation Funds (52%), CDBG Grant(10%), and TFCA Grant(38%). III. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on June 9, 1998. The bids were received and opened at 255 Glacier drive, Martinez, California, on Tuesday, July 14, 1998. The construction bids received were as follows: 1. Valley Slurry Seal Company.....................................................................$87,062.93 The Engineer's estimated construction cost was $71,144.00. (2 of 2) . _....... .. ..._ ....................................... ........ ........ .... ._...._.. ......... ................ .................................................................................... ....................................... TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 28, 1998 SUBJECT: Contract Award Recommendation: Stone Valley Road Overlay Project, Project No. 4662-684228-98, Alamo area. SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUST€FICATION I. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to W.T. Cook Construction, Inc., the low bidder, in the amount of$135,157.25 and at the unit prices submitted, and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$67,578.63 and $135,157.25, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the Director having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insuranc Continued on Attachment: X SIGNATURE: —RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURE(S): ACTION OF BOARD ON July 28, 199$ APPROVED AS RECOMMENDED--X_4=IM- VOTE OF SUPERVISORS X UNANIMOUS(ABSENT.TT, ]3L 1 AYES: NOES: ABSENT: ABSTAIN: RB:tt G:\GtpData\Const\BO\SVO-28-t7.doe I hereby certify that this is a true and correct Orig.Div.: PW(Constr) copy of an action taken and entered on the Contact: Joseph J.Murphy(925)313-2320 cc: County Administrator minutes of the Board of Supervisors on the Auditor-Controller date shown. Public Works; A- -BBTBp, ILL1— -R.Bruno,Construction -R.Gilchrist,Accounting PHIL BATC LO &lurk of the Board -Design of Supervisors and Cc my Administrator -Transp.Engin. (� ,,��4. S.t3.E. By ,y_4 " Ag - Cc Deputy 703 Market St. San Francisco,CA 94103-1000 Contractor (1 of 2) SU6JE+CT: Contract Award Recommendation: Stone Valley Road overlay Project, Project No. G662-6R4228-98, Alamo area. BOARD DATE:July 28,1998 I. RECOMMENDED ACTION: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Public Works Director, 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 Public Works Director 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 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). II. FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by SB 300 (11.2%), Town of Danville(19%)and Measure C (69.8%). III. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on June 23, 1998. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, July 14, 1998. The construction bids received were as follows: 1. W.T. Cook Construction, Inc. ..........................................................1.....$135,157.25 2. William G. McCullough Company .................................................... $135,398.62 3. MCK Services ........................................................................................$140,452.40 4. Carone & Sons, Inc. ..............................................................................$146,705.00 5. Bay Cities Waving & Grading, Inc. .........................................................$155,633.75 6. Bruce Carone Grading & paving, Inc. ...................................................$161,845.00 The Engineer's estimated construction cost was $150,504.00. (2 of 2) TO: BOARD OF SUPERVISORS FROM: J. MICHAEL!WALFORD, PUBLIC WORKS DIRECTOR DATE: July 28, 1998 SUBJECT: Determine the Need to Continue the Emergency Action Regarding the Repair of the Alhambra Valley Road Bank Erosion at Pinole Creek, Pinole Area Project No: 0672-686356.98 I. Recommended Action: DETERMINE that there is a need to continue the emergency action taken by the Board of Supervisors on April 14, 1998 pursuant to Public Contract Code Sections 22035 and 22050, to repair the Alhambra Valley Road Bank Erosion at Pinole Creek, PinoleArea. li. Financiallmpact: There is no impact to the general fund. Plans, specifications and engineer's estimate are complete. The preliminary cost estimate for the project indicates a construction cost of$110,000. Project construction should begin in late July. Continued on Attachment: X SIGNATURE: ? RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURE (S): ACTION OF BOARD ON .may 28, 1998 APPROVED AS RECOMMENDED_X_ VOTE OF SUPERVISORS _x UNANIMOUS(ABSENT TT? TV ) I hereby certify that this is a true and correct AYES: NOES: of an action taken and entered on the ABSENT: ABSTAIN: copy minutes of the Board of Supervisors on the date shown. MM:ilg ATTESTED: g:\design\botAlUalPinole7-28.doc PHII BATC °LC7 , Clerk of ttt� DO rd Ong.Div: Public Works(Design) of Supervis rs an County Administrator Contact: Melissa Morton(313-2225) � cc: Auditor/Controller By 43 �Ai` "' >�r� I Deputy County Counsel Construction Div.-R.Bruno Maintenance Div. Transp.Engineering DETERMINE the !Need to Continue the Emergency action Regarding the Repair of the Alhambra Valley Slide, 2.7 miles east of Sear Creek Road, Pinole area Page 2 July 28, 1998 Ill. Reasons for Recommendations and Background: The storms of February 2, 1998 and associated high floods in Vaca Creek caused a slide under cutting a section of Alhambra Valley Road at a point approximately '2.7 miles east of the intersection with Bear Creek Road. Alhambra Valley Road in this area accommodates more then 4,200 vehicles per day. If the slide is allowed to progress and a road closure becomes necessary, east/west traffic between Central and West County along this corridor would no longer be possible. Since Alhambra Valley Road is included in the federal highway system and with the federal designation of Contra Costa County as a disaster area, it qualifies for Federal Highway Administration funds to make the repairs. To receive 100% funding for this repair, the work must be completed within 180 days of the February 2, 1998 emergency declaration. After that time, only 88.5% financing is available and the County will have to pay the 11.5% matching funds. If we were to follow our normal construction contract advertisement and approval process, the slide repair could not begin until early September. Pursuant to provisions of Sections 22035 and 22050 of the Public Contract Code, when the appropriate findings of an emergency are made by the Board of Supervisors, the normal bidding procedures are waivedand repairs can begin immediately. We are, therefore, recommending that the Board continue the emergency action and direct the Public Works Director to proceed with the project and enter into any necessary contracts to ensure completion of the repair in the most expeditious manner. IV. Consequences of Negative Action., Non-concurrence of the above recommendation will significantly delay repair of the slide which would result in potential road failure and road closure, and resulting in a'loss of 100% funding for the repair from the federal government. N TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 28, 1998 SUBJECT: DETERMINE the Need to Continue the Emergency action Regarding the Repair of the Alhambra Valley Slide, 2.7 miles east of Bear Creek Roars, Pinole area. Project No.: 0872-685355.98 Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMMENDED ACTION: DETERMINE that there is a need to continue the emergency action taken by the Board of Supervisors on April 14, 1998, pursuant to Public Contract Code Sections 22035 and 22050, to repair the Alhambra Valley Road Slide, 2.7 miles east of Bear Creek Read, Pinole area. Il. FINANCIAL IMPACT: There is no impact to the general fund. Plans, specifications and engineer's estimate are 95% complete. The preliminary cast estimate for the project indicates a construction colt of$90,000. Project construction should begin in late July. Continued on Attachment:x SIGNATURE: t., RECOMMENDATION OF COUNTY ADMINIS'TRA'TOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURE(S): ACTION OF BOARD ON july 28, 1998 APPROVED AS RECOMMENDED X_ T VOTE.OF SUPERVISORS Y UNANIMOUS(ABSENT II. IV } AYES: NOES: ABSENT: ABSTAIN: BF:Urg i hereby certify that this is a true and correct g:ldeslgn\80\ath viy&bear creak 7-28.9&doc copy of an action takers and entered on the minutes of the Board of Supervisors on the Ong.Div. Public Works(Design Division) date shown. Contact: M.Morton(313-2225) C �I cc: County Administrator ATTESTEa: if--a- 1 ---_ Atin: E.Kuevor Auditor-Controller PHIL BATC LOA, Clerk of they Board PWAccountuV of Supervisors and Cbu y Administrator Construction Community Development Maintenance By�=�+��+�Deputy County Counsel Determine the Need to Continue the Emergency Action Regarding the Repair of the Alhambra Valley Road Bank Erosion at Pinole Creek, Pinole Area July 28, 9998 Page Two Ill. Reasons For Recommendations And Background: The excessive rains of February 2, 1998 and debris in an unmaintained creek, caused storm waters from Pinole Creek to flow over Alhambra Valley Road, washing out the embankment on the far side of the crossing. Alhambra Valley Road, in this area, accommodates more than 4,200 vehicles per day. If the slide is allowed to progress and a road closure becomes necessary, east/west traffic between Central and West County along this corridor would no longer be possible. Immediate repair of this washout is necessary to assure the road's stability. Since Alhambra Valley Road is included in the federal highway system and with the federal designation of Contra Costa County as a disaster area, it qualifies for Federal Highway Administration funds to make the repairs. To receive 100% funding for this repair, the work must be completed within 180 days of the February 2, 1998 emergency declaration. After that time, only 88.5% financing is available and the County will have to pay the 1"1.5% matching funds. If we were to follow our normal construction contract advertisement and approval process, the slide repair could not begin until early September. Pursuant to provisions of Sections 22035 and 22050 of the Public Contract Code, when the appropriate findings of an emergency are made by the Board of Supervisors, the normal bidding procedures are waived and repairs can begin immediately. We are, therefore, recommending that the Board continue the emergency action and direct the Public Works Director to proceed with the project and enter into any necessary contracts to ensure completion of the repair in the most expeditious manner. IV. Consequences of Negative Action: Non-concurrence of the above recommendation will significantly delay repair of the slide which would result in potential road failure and road closure, and resulting in a loss of 100% funding for the repair from the federal government.