HomeMy WebLinkAboutMINUTES - 12151998 - C1-C.3 CONT,%A COSTA Co Recordez!s 'off ice
STEPHEN L. UEIR, County RecorFler
Recording Requested By:
Contra Caste County Public Works Dept. DOC -- 98-03 1 810 1 --00
Construction Division Thursday, DEC 17, 1998 151. "
255 Glacier Drive FRE $0.00" :
Martinez,CA 94553 Ttl Pd $0.e/0 Nbr-0000372233
rc /R9
Return to:
WHEN RECORDED, RETURN TO CLERK
BOARD OF SUPERVISORS
BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA
In the Matter of Accepting and Giving ) RESOLUTION OF ACCEPTANCE
Notice of Completion of Contract for ) and NOTICE OF COMPLETION
s Skyway (C.C. § 3086, 3093)
Cummin
g yway Extension ,
Proect No.0662-6R4062-96 ) RESOLUTION NO.� 98/ 6 4
The Board of Supervisors of Contra Costa County RESOLVES that:
The County of Contra Costa on May 27, 1998 contracted with Ghilotti Construction Company, Inc., for
the extension of Cummings Skyway from interstate 80 to San Pablo Avenue, with Safeco Insurance
Company of America as surety, for work to be performed on the grounds of the County; and
The Public Works Director reports that said work has been inspected and complies with the approved
plans, special provisions and standard specifications and recommends its acceptance as complete as
of December 15, 1998.
Therefore, said work is ACCEPTED as completed on said date, and the Clerk'shall file with the County
Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract.
PASSED BY THE BOARD on December 15, 1998 by the following vote:
AYES: Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers
NOES: Nene
ABSENT: None
CERTIFICATION AND VERIFICATION
Contact: Joseph P.Murphy,(925)313-2321
Orig. Dept.:Public works(Const.) I hereby certify that this is a true and correct
cc: Record and return copy of an action taken and entered on the
Auditor minutes of the Board of Supervisors on the
Public works - Accounting date shown.
Construction,R.Bruno ATTESTED: /S-
Design,B.Faraone PHIL BATCHELOR, Clerk of the board
Contractor Traffic,S.Kersevan of Supervisors and County Administrator
Sverdrup Engineering By �...w°� �-J Deputy
RB/ft
1kPwS1tSHARDATA1GrpDsta\Constt$U\CSE-15-t12.doc
RESOLUTION NO. 98l E44
......... ......... ......... .._..._.. ....
........... _........ ......... ......... ._....... ......... ......... ......... ............_..
_. _. _......................................................................
.....................................
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: December 1 5, 1 998
SUBJECT: Contract Award Recommendation: Laurel Road Drainage Improvements Project,
Project No. 0662-6U4264, Oakley 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 William G. McCullough
Company,the low bidder, in the amount of$78,993.50 and at the unit prices submitted; and REQUIRE the
contractor to present surety bonds for Payment and Faithful Performance in the amounts of$39,496.75 and
$78,993.50, 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 e contract signed by the contractor,
the aforementioned surety bonds, and a certificate o 'nsuranc
Continued on Attachment: X SIGNATURE:
_REMIMMEINVA110N
_RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURE (S):
ACTION OF BOARD ON f iVed APPROVED AS RECOMMENDED XAWMANU_
VOTE OF SUPERVISORS
_X UNANIMOUS(ABSENT� �)
AYES: NOES:
ABSENT: ABSTAIN:
RB:tt
G:\GRPDATA\CONST\BO\LRD-15-TI2.DOC
Orig.Div.: PW(Constr) I hereby certify that this is a true and Correct
Contact: Joseph J.Murphy(925)313-2320 copy cc: County Administrator CO of an action takenand entered on the
Auditor-Controller minutes of the Board of Supervisors on the
Public Works; date shown.
-R.BrunoConstruction ATTESTED:
-R.Gilchrist,Accounting � 1
-Design PHIL BATCHELOR, Clerk of the Board
Transp.engin. of Supervisors and Co #may Administrator
S.B.E. oe
703 Market St. By A4: M..,.Deputy
San Francisco,CA 94103-1000
Contractor
(7 of 2)
w
SUBJECT: Contract Award Recommendation:
LAUREL ROAD DRAINAGE IMPROVEMENTS project,
Project No. 0662-604264, Oakley area.
BOARD DATE:December 15,1998
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 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 November 3, 1998. The bids were received and opened at 255 Glacier Drive,
Martinez, California, on Tuesday, December 8, 1998. The construction bids received were as
follows:
1. William G. McCullough Company, Inc. ....................................................$78,993.50
2. Miller/Thompson Constructors, Inc. ........................................................$94,930.00
3. Focus Construction ................................................................................$115,010.00
4. TGH Pipelines, Inc. ...............................................................................$120,608.00
5. Carone and Company, Inc. ...................................................................$124,900.00
6. Q.B.C., Inc. ............................................................................................$128,750.00
7. J.W. Ebert Corporation ..........................................................................$131,091.00
The Engineer's estimated construction cost was $83,290.00.
(2 of 2)
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: December 15, 1998
SUBJECT: Contract Award Recommendation: San Pablo Avenue Interconnect Project,
Project No. 4660-6X4010, West County 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 Steiny and Company,Inc.,
the love bidder, in the amount of$998,202.50, this amount includes Base Bid List 1,2,3,4, and 5, and
Additive Bid Items Al,A2, and A3; and REQUIRE the contractor to present surety bonds for Payment and
Faithful Performance in the amounts of$499,101.25 and $998,202.50, 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 certificateinsuranC .
Continued on Attachment: X SIGNATURE:
7z
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURES :
ACTION OF BOARD ON 1'S/q?, APPROVED AS RECOMMENDED_&
VOTE OF SUPERVISORS
'� UNANIMOUS(ABSENT r }
AYES: NOES:
ABSENT: ABSTAIN:
RB:tt
G:\GRPDATA\CONSnBO\SPI-15-T 12.DOC
orig.Div.: PW(Constr) I hereby certify Contact: Joseph J.Murphy(925)313-2321 y y 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; date shown
-R.Bruno,Construction
-R.Gilchrist,Accounting ATTESTED: e_1-924-Y�!� l,`�d�
-Design 'HIL BATCHEL3i={, Clerk of the Board
S.B.E.
-Transp.Engin. of Supervisors andnt Administrator
�+
703 Market St. B /�! ,�, !
San Francisco,CA 94103-1000 y Deputy
Contractor
(1 of 2)
.....................................................................................................................................
..................................
SUBJECT: Contract Award Recommendation:
San Pablo Ave. Interconnect Project,
Project No.4660-6X4010, West County area.
BOARD DATE:December 15, 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).
11. FINANCIAL IMPACT:
The project, including engineering and appropriate overhead charges, is funded by Transportation Systems
Management Grant Funds (100%).
Ill. REASONS FOR RECOMMENDATIONS AND BACKGROUND:
The plans and specifications were approved and the project advertised for bids by the Board of
Supervisors on October 27, 1998. The bids were received and opened at 255 Glacier Drive,
Martinez, California, on Tuesday, December 1, 1998. The construction bids received were as
follows:
1. Steiny and Company, Inc. .....................................................................$998,202.50
2. Richard A. Heaps Electrical Contractor, Inc. ......................................$1,005,672.50
3. Cirimele Electric Works .......................................................................$1,078,038.50
4. Continental Electric ............................................................................$1,109,349.35
5. St. Francis Electric .............................................................................$1,180,704.40
6. Tennyson Electric, Inc. .......................................................................$1,205,154.00
7. Mike Brown, Inc. .................................................................................$1,274,308.75
The Engineers estimated construction cost was $996,111.50.
(2 of 2)