Loading...
HomeMy WebLinkAboutMINUTES - 09011998 - C1-C5 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: September 1, 1998 SUBJECT: Contract Award Recommendation: O'Hara Avenue Path Project, Project No. 0662-684116-98, Oakley area. SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to MCK Services,the low bidder, in the amount of$40,995.53 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$20,497.77 and$40,995.53, 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 o insurance. Continued on Attachment: X SIGNATURE: ®RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURES ACTION OF BOARD ON APPROVED AS RECOMMENDED VOTE OF SUPERVISORS X I.,rNANIMOUS(ABSENT Ncne ) AYES: NOES: ABSENT: ABSTAIN: RB:tt G:\GrpData\Const\SO\OAP-1-0.doc Orig.Div.: PW(Constr) Contact: Joseph J.Murphy(925)313-2320 f hereby certify that this is a true and correct cc: County Administrator Auditor-Controller copy of an action taken and entered on the Public Works, minutes of the Board of Supervisors on the -R.Bruno,Construction date Shown. -R.Gilchrist,Accounting -Design ATTESTED: .... ! 1.' -Transp.Engin. PHIL BATCH OR, Clerk of the Board S.B.E. of Supervisors and County Administrator 703 Market St. / San Francisco,CA 94103-1000 B s� !!, Deputy Contractor (9 of 2) SUBJECT: Contract Award Recommendation: O'Hara Ave. Path Project, Project No.0662-684116-98, Oakley area. BOARD DATE: September 1, 1998 L 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). 1005107). II. FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Transportation Development Act Grant(100%). III. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Beard of Supervisors on July 14, 1998. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, August 18, 1998. The construction bids received were as follows: 1. MCK Services ..........................................................................................$40,995.53 2. J.A. Gonsalves & Son Construction, Inc. ................................................$43,589.00 3. Carone & Sons, Inc. ................................ ......$52,986.68 4. W.T. Cook Construction, Inc. ..................................................................$53,064.39 5. Carone & Company, Inc. .........................................................................$58,500.00 6. MCE Corporation ....................................................................................$69,257.00 7. Vintage Paving Co., Inc. ..................... ......$89,316.00 ................................................ The Engineer's estimated construction cost was $49,845.00. (2 of 2) g' e.'. TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: September 1, 9998 SUBJECT: Contract Award Recommendation: Bailey Road to Bella Vista Avenue Bike Path Project, Project No. 4660-6X4148-97, Bay Point 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 GradeTech, Inc., the low bidder, in the amount of$121,799.40 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$60,899.50 and$121,799.00, 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,includ' e contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment: X SIGNATURE: _RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURE(S): ACTION OF BOARD ON 77taTer T, TV APPROVED AS RECOMMENDED x s' VOTE OF SUPERVISORS X UNANIMOUS(ABSENT NCM ) AYES: NOES: ABSENT: ABSTAIN: RB:tt \\PWS I\SHARDATA\GrpData\Const\BO\BRBV-1-t9.doc Orig.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 Public Works; minutes of the Bard of Supervisors on the -R.Bruno,Construction date shown. -R.Gilchrist,Accounting - �fib: a r� - Design ATEI I'NIL BATCH O)R, C rk of the Board -Tran sp. Engin. S.B.E. of Supervisors and aunty Administrator 703 Market St. de LIt San Francisco,CA 94103-1000 I --Deputy Contractor (1 of 2) SUBJECT: Contract Award Recommendation: Bailey Rd.to Bella Vista Ave.Bike Path Project, Project No.4660.6X4148-97, Bay Point area. BOARD BATE:September 1, 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 Transportation Fund for Clean Air(75%) and Navy Mitigation(25%). III. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on July 28, 1998. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday,August 25, 1998. The construction bids received were as follows: 1. GradeTech, Inc. ...................................................................................................$121,799.00 2. Vintage Paving Co.,Inc. ................................................................................ ..$154,982.00 3. Bruce Carone Grading&Paving, Inc. .................................................................$160,822.00 4. Bay Cities Paving& Grading, Inc. ......................................................................$179,308.75 5. W.T. Cook Construction, Inc. ..............................................................................$193,742.38 6. J.A. Gonsalves & Son ..........................................................................................$233,495.00 The Engineers estimated construction cost was $119,741.00. (2 of 2) TO: BOARD OF SUPERVISORS C-Z FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: September 1, 1998 SUBJECT: Determine the Need to Continue the Emergency Action Regarding the Repair of the Alhambra Valley Road Bank Erosion at Pinote Creek, and the Alhambra Valley Road slide 2.7 miles east of Bear Creek Road, Pinole Area Project No: 0672-6R6356.98and 0672-6R6355.98, respectively 9PECIFIC REQUEST�5;UR RECUMMENDAYMNZ51 It 1XZ!;MRC0RV XN15 iO3'rIFMxTl?5N 1. 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, and the Alhambra Valley Road Slide 27 miles east of Bear Creek Road, Pinole Area. II. Financial Impact: There is no impact to the general fund. Plans, specifications and engineer's estimate are complete. The preliminary cost estimates for the projects indicate a construction cost of $110,000, and $90,000 respectively. The projects cannot be constructed as designed this year due to environmental permitting constraints. However, efforts to stabilize the slides are under design and are scheduled to be completed by late September' Continued on Attachment:X SIGNATURE: ----------- RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SfGNATUREfS): ACTION OF BOARD ON SepteTbw 1, 1998 APPROVED AS RECOMMENDED 449ft VOTE OF SUPERVISORS X UNANIMOUS (ABSENT AYES, NOES: I hereby certify that this is a true and correct ABSENT:—ABSTAIN- copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. C. l;:Wes1gn\boVMValPinole8-1 I.98,doc ATTESTED, PHIL BATCH oR, ciark of the Board Orig.Div: Public Works(Design) t1# trator Contact: Melissa Morton(313-2225) Supervisors and Co city Administrator Auciltor/Controller county 0ounsel BY' I ZA-442 Deputy ConatrucWn Div.-R.Bruno Maintenance Div, Transp.Engineering Determine the Need to Continue the Emergency Action Regarding the Repair of the Alhambra May Road Bank Erosion at Pinole Creek,Pinole Area September 1, 1998 Page Two III. Reasons For Recommendations And Background: The excessive rains of February 2, 1998 and debris in an unma ntained creek, caused storm waters from Pinole Creek to flow over Alhambra Valley Road, washing out the embankment on the far side of the crossing. In addition, high flows in Vaca Creek caused a slide to undercut Alhambra Valley Road at a point approximately 2.7 miles east of the intersection with Bear Creek Road. Alhambra Valley Road 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. if we were to follow our normal construction contract advertisement and approval process, the slide stabilization couldnotbegin until early October. 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 stabilization 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 slide stabilization in the most expeditious manner. IV. Consequences of Negative Action: Non-concurrence of the above recommendation will significantly delay stabilization of the slides which would result in potential road failure and road closure. TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: September 1, 1998 SUBJECT: Determine the Need to Continue the Emergency Action Regarding the Repair of the Fish Ranch Road Slide, Orinda area. Project No: 0672-6R6346 1. Recommended Action: DETERMINE that there is a need to continue the emergency action taken by the Board of Supervisors on March 24, 1998, pursuant to Public Contract Code Sections 22035 and 22050, to repair the Fish Ranch Road Slide, Orinda area. If. Financial lmpac#: There is no impact to the general fund. Plans, specifications and engineer's estimate are complete. The project is currently under construction, and the upper slide is complete. The lower slide has been delayed due to utility conflicts. However, the entire project should be completed by mid-September. The expected contract cast based on the low bid is $684,551. Continued on Attar n • 1111,Cze- - hme #. X SIGNATUR . .�,�RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDA71ON OF BOARD COMMITTEE —APPROVE � _OTHER SIGNATURES): ACTION OF BOARD ON � t� 1,1998 APPROVED AS RECOMMENDED VOTE OF SUPERVISORS X UNANIMOUS (ABSENT Ike ) AYES: NOES: I hereby certify that this is a true and correct ABSENT. ABSTAIN copy of an actlon taken and entered on the minutes of the Board of Supervisors on the date shown. MM:jlg:sd �, �r1 G:IGRPDATAIDESIGN1BUlE`'€SHRANCH9-1.98.D<7C ATTESTED: � J PHIL i:�ATCkE R, Clerk of the Board Cal .Div: Public Works(Design} of Supervisors and aunty Administrator Contact: Melissa Morton(313-2225] cc: Audftor/Controller County Counsel By, t Deputy Construction Div.-R.Bruno Maintenance Div. Transp.Engineering Detemilne the Need to Continue the Emergency Action Regarding the Repair of the Fish Ranch Road Slide,©rinda Area September 1, 1998 Page Two III. Reasons For Recommendations And Background: Fish Ranch Road has been damaged by a landslide which affected the uphill, north bound lane and approximately three feet of the downhill, south bound lane. The Aide scarp has dropped approximately one foot below road surface, creating a dangerous condition which necessitated closing the road February 21, 1998. The Public Works Department was able to make temporary repairs to the slide damaged roadway which facilitated opening the south bound lane on March 9. Slide movement has slowed, but further movement and increased pavement damage is expected over the next few weeks as groundwater continues to accumulate at the slide site. A smallslide along the edge of the north bound lane approximately half a mile from the larger site will also be repaired as part of this project. Fish Ranch Road carries 6,400 vehicles per day and this traffic has been severely hampered by the closure of the road from February '21 to March 9, and the subsequent closure of the north bound lane to date. Since Fish Ranch 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 140% 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 would not have begun until early September. On March 24, 1998,' pursuant to provisions of Sections 22035 and 22050 of the Public Contract Code, the Board of 'Supervisors declared an emergency for the slide repair, allowing the normal bidding procedures to be waived and repairs to begin immediately. We recommend that the Board continue the emergency action 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 roadway, prolonging impacts to traffic flow, and resulting in a loss of 100% funding for the repair from the federal government. TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORMS DIRECTOR DATE: September 1, 1998 SUBJECT: Determine the need to continue emergency action regarding the Repair of the Bollinger Canyon Road Slide in the San Ramon area, the McBryde Avenue Slide in the Richmond Area and the McEwen Road Slide in the Crockett Area. Project No.: 0672-6R6331, 0672-6R5342 and 0672-6R6368, respectively Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMM EN DED ACTION: 1. DETERMINE that there is a need to continue the emergency action taken by the Board of Supervisors on August 11, 1998, pursuant to Public Contract Code Sections 22035 and 22050, to repair the Bollinger Canyon Road Slide in the San Ramon area, the McBryde Avenue Slide in the Richmond area, and the McEwen Road Slide in the Crockett area. 2. AUTHORIZE the closure of McEwen Road to through traffic between the hours of 7:303 a.m. and 3:30 p.m. for eight weeks with the exemption of emergency vehicles and 'local residential traffic. � . Continued on Attachment:xSIGNATURE. —RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON IT= 1, 1998 APPROVED AS RECOMMENDEF VOTE OF SUPERVISORS X_ UNANIMOUS(ABSENT Ncne } AYES: NOES: I hereby certify that this is a true and correct ABSENT: ABSTAIN: copy of an action taken and entered on the minutes of the Board of Supervisors on the MM:}ig:sd date Shown. g:idesign+BC3U'nshranch8.11.88.docwpd ATTESTED- L' Orig.Div. Public woft(DesignDivision) PHIL BATCH OR Clerk of the Board Contact M.Mnc3, of Supervisors and C uZ— PW ministrator cc. County Administrator �j Audkor-Gontroiter _t@puty Accounting Construction Community Development Maintenance DECLARE AN EMERGENCY FOR THE REPAIR OF THE FISH RANCH ROAD SLIDE, ORINDA, AREA Page 2 September 1, 1998 11. FINANCIAL IMPACT: There is no impact to the general fund. Total cost of repairs cannot be,fully determined at this time, but staff is developing estimates to complete expeditious stabilization and road repair. III. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The Bollinger Canyon Road Slide project will stabilize the western dope of the road and prevent further damage to the shoulder of the road. Without this repair, further slide movement will result in closure of one or both lanes of the road. The McBryde Avenue Slide project will stabilize the northern slope of the road and open the lane currently closed due to the slide. The road at this location is hemmed in on the south side by a rock retaining wall. Fire access through this area is seriously impacted by the closure,of one lane due to the slide. The McEwen Road Slide project will stabilize the western slope of the road. Preliminary reports from the soils engineer indicate that the slide is comprised of the overburden material from the original road construction. The area is currently coned off and further movement could close the road altogether. Since Bollinger Canyon 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. Consequently, 88.5%financing is available and the County will have to pay the 11.5% matching funds using road funds. McBryde Avenue and McEwen Road slides both qualify for Federal Emergency Management Agency (FEMA) funds. FEMA provides 75% of the funding while the State provides the remaining 25%. If we were to follow our normal construction contract advertisement and approval process, the slide repair could not begin until early October. 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 make such findings,and direct the Public Works Director to proceed with the project and enter into any necessary contracts. IV. Consequences of Negative Action: Non-concurrence of the above recommendation will significantly delay repair of the slides prolonging impacts to traffic flow, and potentially endangering these roads roadway from further erosion and slippage.