Loading...
HomeMy WebLinkAboutMINUTES - 05121998 - C1-C5 Recording Requested By: Col I=?q MSTA Co Recorder's Office Contra Costa County Public Works Dept. STI=PHI;�i L. INI=I{� � Construction Division , County Recorder O a Glacier Drive LUG - M -S--�-0-f Oe9l 5----C�(D Martinez, CA 94553 19 Thursday, MAY 14, 1999 oer,�t Return to: FRE $G.00, Tt ; Pd s.GU Nbr-0()Co12362G WHEN RECORDED, RETURN TO CLERK I rc fR9 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 Pacheco Boulevard at Arthur Road ) (C.C. § 3086, 3093) Traffic Signal ) RESOLUTION NO. 250 Project No. 0862-684171-9. The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on July 30, 1997 contracted with Hess Construction Company, Inc., for reconstructing traffic signal and intersection features, including drainage facilities, curb, gutter and sidewalk at Pacheco Boulevard and Arthur Road, in the Martinez area, with Reliance Insurance Company, 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 January 12, 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 May 12, 1998 by the following vote: AYES: Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers NOES: Nene ABSENT: None CERTIFICATION AND VERIFICATION I hereby certify that this is a true and correct Contact: Joseph P. Murphy, (510)313-2321 copy of an action taken and entered on the Orig. Dept.: Public works(Const.) minutes of the Board of Supervisors on the cc: Record and return date shown. Auditor May 12, 1998 Public Works - Accounting ATTESTED: - Construction, R. Bruno PHIL BATCHELOR,;Clerk of the Board - Traffic, S. ltersevan of Supervisors and County Administrator Contractor `,�,��t t�cri4t J Deputy $Y— p y JPM:SL.E:tt G:1GrpDet2\Ccnst\B4lPBA-12.T5.wpd RESOLUTION NO. 98/250 _ __ _. .................................................. . ............................................ TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: May 12, 1998 SUBJECT: Contract Award Recommendation: Cummings Skyway Extension, Project No. 0662-6R4062, Crockett area SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION L RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Ghilotti Construction Company,the low bidder,who has also met the requirements of the Disabled Veteran Business Enterprise Program, in the amount of$3,123,033.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of $1,561,516.50and $3,123,033.00, 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,including the co signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment: X Yes SIGNATURE: pt RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE —OTHER SIGNATURE(S): ACTION OF BOARD ON May 12, 1998 APPROVED AS RECOMMENDED x ��, VOTE OF SUPERVISORS x UNANIMOUS(ABSENT None ) AYES: NOES: ABSENT: ABSTAIN: RB:tt G:\GrpData\Const\BO\CSE-12-t5.wpd Orig.Div:Public Works(Construction) Contact: Joseph P.Murphy(925)313-2320 cc: County Admin. t hereby certify that this is a true and correct Auditor-Controller copy of an action takers and entered on the Public Works minutes of the Board of Supervisors on the -Accounting,R.Gilchrist date Shown. -Construction-R.Bruno ATTESTED: May 12, 1998 -Design S.B.E. PHIL BATCHELOR, Clerk of the Board 703 Market St. of Supervisors and Gounty Administrator San Francisco,CA 94103-1000 By —Deputy Contractor SUBJECT: Contract Award Recommendation: Cummings Skyway Extension,Project No.0662-6R4062,Crockett area BOARD DATE: May 12, 199£1 PAGE: 2 of 2 I. RECOMMENDED AION: (continued) AUTHORIZE the Public Works Director to sign any escrow agreements prepared for this project to permit the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Section 22300 of the Public Contract Code. 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 Ghilotti Construction Company be invalidated for any reason,the Board would not in any event have awarded the contract to the second listed bidder or any ether 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 FINAN IAS IMPACT: The project, including engineering and appropriate overhead charges, is funded by Rodeo/Crockett Mitigation Fund(50%)and State Funds(50%). III RECOMMENDATION-/B-AlC G&QUND• The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on April 7, 1998. The bids were received and opened at 255 Glacier Drive, Martinez, California, on May 5, 1998. The construction bids received were as follows: 1. Ghilotti Construction Company $3,123,033.00 2. De Silva Gates Construction . . . $3,161,196.00 3. Maggiora&Ghilotti, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,383,620.00 4. Huntington Brothers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,437,242.00 5. RGW Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,519,351.00 6. Fanfa,Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,751,634.10 7. Gordon N. Ball, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,771,865.00 The Engineer's estimated construction cost was $4,575,856.00. TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: May 12, 1998 SUBJECT: Determine the Need to Continue the Emergency Action Regarding the Repair of1the Alhambra Valley Road Bank Erosion at Pinole Creek, Pinole Area Project No: 0672-6R6356.98 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND 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 Bank Erosion at Pinole Creek, Pinole Area. If. Financia Impact: There is no impact to the general fund. Total cost of repairs cannot be fully determined at this time, but staff is developing an estimate for completion of the stabilization and repair. Continued on Attachrnent:X SIGNATURE- -"''r-`– RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIQNATURE S : ACTION OF BOARD ON May 32, 3998 APPROVED AS RECOMMENDED xy_ VOTE OF SUPERVISORS x UNANIMOUS(ABSENT None 1 AYES; NOES; ABSENT; ABSTAIN; I hereby certify that this is a true and correct MMJIg copy of an action taken and entered on the g:ldesign\bolAlValPinole5-12.98 minutes of the Board of Supervisors on the Orig.Div: Public Works(Design) date shown. May 32 3998 Contact: Melissa Morton(313-2225) ATTESTED.- -- , cc: Auditor/Controller County Counsel PHIL£3ATCNELC3Fi, Clerk of the Board Construction Div.-R.Bruno of Supervisors and County Administrator Maintenance Div. Transp.Engineering By �'�'. xt i,��Deputy Determine the Need to Continue the Emergency Action Regarding the Repair of the Alhambra Valley Road Bank Erosion at Pinola Greek, Pinola Area May 12, 1998 Page Two 111. Reasons For Regommandations And Back round: 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 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 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. Consoquenme gf-Nega ivAction: 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. C4 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL.WALFORD, PUBLIC WORKS DIRECTOR HATE: May 12, 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 Road, Pinole area. Project No.: 11672-686355.98 Specific Request(s) or Recornmendation(s) & Background & Justification 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 220150, to repair the Alhambra Valley Road Slide, 2.7 miles east of Bear Creek Read, Pinole area. li. FINANCIAL IM' ACT: 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 expe .Itious stablizaion and road repair. Continued on Attachment: cx SIGNATURE. . RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE —OTHER SIGNATURE(S): ACTION OF BOARD ON May 12, 1998 APPROVED AS RECOMMENDED --xr-NNW— VOTE OF SUPERVISORS "x UNANIMOUS(ABSENT None ) AYES: NOES: ABSENT: ABSTAIN: SF:drg g:adasign�o\slhvty&bear creek 5..12.98 I hereby certify that this is a true and correct copy of an action taken and entered on the Orig.Div: Public Works(Design Division) minutes of the Hoard of supervisors on the Contact: M.Morton(313-2225) ac: County Administrator date shown. /x+ 1, �� ��� Atte: E.Kuevor /�'# Auditor-Controller ATTESTED:---^w^- " PW Accounting pNlt.BATCNELO , Clerk of the Board Construction A(Irrtlr115trc�#Or Community Development of Supervisors and Co ty Maintenance County Counsel By ,!. , „ „, Deputy DETERMINE the Neem to Continue the Emergency action Regarding the Repair of the Alhambra Valley Slide, 2.7 miles east of Bear Creek Road, Pinole area Page 2 May 92, 9998 III. REASONS FOR-RECOMMENDATIONS AND I&ACKGROUN 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 repaircould 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. C.ON`, ENCEIS OF NEGAI-VE 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. TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: May 12, 1998 SUBJECT: Determine the Need to Continue the Emergency Action Regarding the Repair of the Fish Ranch Road Slide, Orinda area. Project No: 0872-686346 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 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 22450, to repair the Fish Ranch Road Slide, Orinda area. II. Flnanciai ftact: There is no impact to the general fund. Total cost of repairs cannot be fully determined at this time, but staff is developing an estimate for completion of the stabilization.and road repair. 1 Continued on Attachmrent:X SIGNATURE: "�'r� r - RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER I NATURE S : ACTION OF BOARD ON May 12, 1998 APPROVED AS RECOMMENDED Z_._40iM VOTE OF SUPERVISORS UNANIMOUS(ABSENT None-_ 1 AYES: NOES:______ ABSENT: ABSTAIN: I hereby certify that this is a true and correct copy of an action taken and entered on the MM:jIg G:1GrpDatalDeslgnlBCllFlshRsnchS-12.98.wpd minutes of the Board of Supervisors on the date shown. Orig.Div: Public Works(Design) May 12, 1998 Contact: Melissa Morton(313-2225) ATTESTED: cc: Auditor/Controller PHIL BATCHELOR, Clerk of the Board County Counsel of Supervisors and Cour�y Administrator Construction Div.-R.Bruno Maintenance Div. Transp.Engineering By Deputy Determine the Need to Continue the Emergency Action Regarding the Repair of the Fish Ranch Road Slide, ©rinda Area May 12, 1998 Page TWO Ill. Reasons FQr Recommendationa 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 slide 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 small slide 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 5,000 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 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 couldnot begin 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.