Loading...
HomeMy WebLinkAboutMINUTES - 06021998 - C1-C5 Recording Requested By: aWTRA OOST'A co R , Contra Costa County Public Works Dept. S��N L. WEIR ' office Construction Division qty Rrder 255 Glacier Drive Doc Thursday, JUN t �04, 1998 0,9 Martinez, CA 9453 Pim' Tt 7 Return to: �'� $�},rtn WHEN RECORDED, RETURN TO CLERK 1 r,o/Rg f,l-�47 45786 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 } (C.C. § 3086, 3093) San Pablo Avenue Overlay ) RESOLUTION NO. 98/'>292 Project_No. 0662-684246-96 ) The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on July 30, 1997 contracted with Bauman Landscape, Inc. for constructing curb ramps and overlaying approximately 1600 M. of San Pablo Avenue between Pinole City limits and Kay (Atlas) Road in the San Pablo/Pinole area, with Safeco Insurance, 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 April 30, 1998. Therefore, said work is ACCEPTED as completed on said date, and the Clerk shall fine with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. PASSED BY THE BOARD on June 2, 1998 by the following vote: AYES: Supervisors Uilkema, Gerber , DeSaulnier, Canciamilla, and Rogers NOES: None ABSENT: None CERTIFICATION AND VERIFICATION I hereby certify that this is a true and correct Contact: Joseph P. Murphy, (925)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 June Public Works - Accounting ATTESTED. 1998 - Construction,R. Bruno PHIL BATCHELOR, Clerk of the Board - Traffic, S. Kersevan of Supervisors and County Administrator Contractor BY � ' �r' -�- .,�r�-�� f�'=�..--" Deputy JPM:SLE:tt 1tPWS 13SHARDATAtGrpDatalConst1B01Spo-2-t6.doc RESOLUTION NO. 98/ i TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR BATE: JUNE 2, 1338 SUBJECT: APPROVE Consulting Services Agreement with Sverdrup Civil, Inc. for the Cummings Skyway Extension Project, Project No. 0662-684062 Specific Request(s) or ecammen a on s Background us► ca on 1. Recommended Action: APPROVE and AUTHORIZE the Public Works Director to execute the Consulting Services Agreement with Sverdrup Civil, Inc, to provide construction management services for the Cummings Skyway Extension Project. II. Financial1 pact: The estimated cost of this Agreement is $260,000.00 funded by Roeo/Croqkett Mitigation Funds and State funds. € Continued on attachment: X yes SIGNATURE:KF=(;QMMENDATION OF GO ADMINISTRATOR }` i I° RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON: June 2, 1998 APPROVED AS RECOMMENDED VOTE OF SUPERVISORS x UNANIMOUS(ABSENT AYES: NOES: ABSENT: ABSTAIN: Contact: Joseph P. Murphy, (928) 313-2321 Orig. Div.: PW(Constr) cc: County Administrator Auditor-Controller I hereby certify that this is a true and correct Public Works copy of an action taken and entered on the - Accounting, R. Gilchrist minutes of the Board of Supervisors on the - Construction, R. Bruno date shown. - Design ATTESTED. June 2. 1998 Consultant-Harris and Associates PHIL BATCHELOR, Clerk of the Board Contractor of Supervisors and County Administrator BM:tt By Z'Ia — Deputy G:\GrpData\Const\BO\CSE-CSA-2-t6.wpd SUBJECT.• Approve Consulting Agreement"far Cummings Skyway Extension Prof No. 0662-6841162 DATE: June 2, 1999 PAGE 2 of 2 Ill. Reasons_for Recommendations and Background: The Cummings Skyway Extension Project was awarded to the low bidder on May 12, 1998. Construction activities will begin on June 8, 1998. The consultant will provide construction management services, including construction engineering and construction inspection. Ten firms were considered and Sverdrup Civil, Inc. was considered to be one of the three most qualified to perform this work. A consultant is needed to supplement the existing staff in orderto complete this year's construction activities. IV. CQnsequences of NeqLatlyg Action: If the Consultant Services Agreement with Sverdrup Civil, Inc. is not approved, it may not be possible to complete construction of all of the approved projects. RevIsecl0"5 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on June 2, 1998, by the following vote: AYES: Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers NOES: None ABSENT: None ABSTAIN: None SUBJECT. Award of Contract for Armstrong Road Reconstruction Project, Byron area, Project No. 0562-6R4067-95 Bidder Total Amount Bond Amounts Granite Construction Company $1,051,614.00 Payment; P.O. Box 50085 $525,807.00 Watsonville, CA 95077 Performance: $ 1,051,614.00 Joe Carone, Inc. Crockett, CA Fanfa, Inc. San Lorenzo, CA RGW Construction Co. Fremont, CA J.A. Gonsalves& Son Napa, CA The above-captioned project and the plans and specifications therefor having been previously approved, and bids having been duly invited and received by the Director of Public Works on May 19, 1998; and The bidder listed first above, Granite Construction Company ("Granite"), having submitted the lowest responsive and responsible bid, which is $11,558.50 less than the next lowest bid; and Granite having made minor irregularities in its bid, but the same having been promptly cured; and The Director of Public Works recommending that the bid submitted by Granite is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW,THEREFORE, the Board finds, determines and orders as follows: The Board WAIVES the following minor irregularities in Granite's bid, the same having been promptly cured: failure to submit with the bid signed Addendum No. I and a signed "Non-Collusion Affidavit"; and AWARD OF CONTRACT FOR THE June 2,1998 ARMSTRONG ROAD RECONSTRUCTION, IN THE BYRANAREA. Project No.0662-684067-9S Page 2 of 2 The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Granite at the listed amount and at the prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Director of Public Works shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the:Director of Public Works is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders',are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works is authorized 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; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Public Works Director or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Granite 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). Contact: Joseph R Murphy,(925)313-2321 Orig.Dept:Public Works Department Construction Division l hereby certify that this is a true and correct copy of an action taken and entered on the cc: Public Works Department minutes of tate Board of Supervisors on the - Construction Division date Shown. - Accounting ATTESTED: June 2, 1998 County Counsel Auditor Controller PHIL BATCHELOR, Clerk of the Board Supervisors and Coin Administrator Contractor(Via Construction Division) of Su p Surety(Via Construction Division) �— 7 , 'y S.B.E By �r_2 E%� , 2�r �' Deputy COUNTY COUNSEL:JPM:RB:tt tlPWS 11SHARDATA1GrpDatatConstlBO\ARR-2-t5.doc TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR BATE: JUNE 2, 1998 SUBJECT: Contract Award Recommendation: North Broadway Area Infrastructure Program, Phase I Project, Project No. 0662-6R4136, Bay Point area. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1, RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Bay Cities Paving & Grading,Inc.,the low bidder,in the amount of$422,947.35 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$211,473.67 and $422,947.35, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the Director having reviewed and found sufficient all required documents,including a contract signed by the contractor, the aforementioned surety bonds, and a certificate Ainsuranc . Continued on Attachment: X SIGNATURE: RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON a e 2, 199$ APPROVED AS RECOMMENDED_X_ VOTE OF SUPERVISORS UNANIMOUS{ABSENT } AYES: NOES: ABSENT: ABSTAIN: RB:tt G:\GrpData\Const\BO\NBI-2-t6.doc 1 hereby certify that this is a true and correct Orifi.Div,: JosepPW(Ch J. copy of an action taken and entered on the Contact: Joseph J. Murphy(925)313-2320 minutes of the Board of Supervisors on the cc: County Administrator Auditor-Controller date shown. if I� Public Works; ATTESTED:..._: "� c22 ....--.. -R. Bruno,Construction PHIL BATCWELOR, Clerk of the Board -R.Gilchrist,Accounting of Supervisors and Comy Administrator -Design c ,. r �..,ec . " -Transp. Engin. By Deputy S.B.E. 703 Market St.,San Francisco,CA 94103.1000 Contractor SUBJECT: Contract Award Recommendation: North Broadway Area Infrastructure Program-Phase I Project, Project No.0662-6114136, Bay Point area. BOARD DATE:JUNE 2, 1998 1. RECOMMENDED ACTION: (continued) DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Public Warks 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- 510'7). 11. FINANCIAL IMPACT: The project,including engineering and appropriate overhead charges, is funded by Redevelopment Agency (100%). 111. REASONS FOR RECOMMENDATIONS AND BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on April 14, 1998. The bids were received and opened) at 255 Glacier Drive, Martinez, California, on Tuesday, May 19, 1998. The construction bids received were as follows: 1. Bay Cities Paving & Grading, Inc...........................................................$422,947.35 2. William G. McCullough Company, Inc................................................ ...$436,506.37 3. Fanfa, Inc.......................................................................................... ' ..$455,365.30 The Engineer's estimated construction cost was $464,193.80. TO: BOARD OF SUPERVISORS C-6 FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: June 2, 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 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 220501, to repair the Alhambra Valley Road Bank Erosion at Pinole Creek, Pinole Area. If. Financial lmpact: There is no impact to the general fund. Plans, specifications and engineer's estimate are 95% complete. The preliminary cost estimate for the project indicates a construction cost of$110,000. Project construction should begin in early June, i f Continued on Attachment:X SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURE(S): ADTION OF BOARD ON June 2, 2998 APP OVER A Ra'�ECOMMENDE � VOTE OF SUPERVISORS x UNANIMOUS{ABSENT Nene } 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:jlg date shown. g:ldesignibo\AlValPino1e5-19.doc ATTESTED: Jane 2, 1998 Orig.Div: Public Works(Design) PHIL BATCHELOR, Clerk of the Board Contact: Melissa Morton(313-2225) of Supervisors andC unty Administrator cc: Auditor/Controller County Counsel By IGL ' � Deputy Construction Div.-R.Bruno Maintenance Div. Transp.Engineering Determine the Need to Continue the Emergency Action Regarding the Repair of the Alhambra Valley Roast Bank Erosion at Pinole Creek, Pinole Area June 2, 1998 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 lslide 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 previsions 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. Conseguences 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.