Loading...
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)