Loading...
HomeMy WebLinkAboutMINUTES - 07141998 - C1-C4 TP: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 14, 1098 SUBJECT: Contract Award Recommendation: Bridgehead Read Overlay and Reconstruction Project, Pro'ect No. 0662-684214-97, OakleX area. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION L Recommended Action: AWARD the contract for furnishing labor and materials for the subject project to Bay Cities Paving & Grading,Inc.,the lova bidder,in the amount of$1701,188.55 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$85,094.28 and$170,188.55, 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,includingAe contract signed by the contractor, the aforementioned surety bonds, and a certificate o urance. Continued on Attachment: x SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES): ACTION OF BOARD ON July 14, 1998A.PPROVED AS RECOMMENDED x VOTE OF SUPERVISORS X UNANIMOUS(ABSENT None ) AYES: NOES: ABSENT: ABSTAIN: R13:tt G:\GrpData\Const\BO\BROR-14-t7.doc Orig.at,,.: PW(Constr) I hereby certify that this Is a true and correct Contact: Joseph J.Murphy(925)313.2320 copy of an action taken and entered an the cc: County Administrator Auditor-Controller minutes of the Board of Supervisors on the Public works; date shown. -R.Bruno,Construction gtnst,Accounting Design ATTESTED: �... ! `l. t.l t ...._... ��,� S.B.E. i , Transp.Eng. PHIL BATCH LOClel-k of the Board 703 Market 8t. of Supervisors and County Administrator San Francisco,CA 94103.1000 Contractor By Deputy 5 SUBACT: Contract Award Recommendation: Bridgehead Road Overlay and Reconstruction Project, Project No. 0662-6R4214-97, Oakley area. DATE: July 14, 1998 PAGE Page 2 of 2 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 4114 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 Bay Cities Paving & Grading, Inc. 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 lmpact: The project,including engineering and appropriate overhead charges, is funded by Measure C/SB300 Funds (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 June 2, 1998. The bids were received and opened at 255Glacier Drive, Martinez, California, on Tuesday, July 7, 1998. The construction bids received were as follows: 1. Bay Cities Paving & Grading, Inc. ................................................$170,188.55 2. MCK Services, Inc. ......................................................................$174,661.10 3. Bruce Carone Grading & Paving, Inc............................................$178,471.50 4. William G. McCullough Co. ..........................................................$178,684.30 5. W.T. Cook Construction, Inc. .......................................................$183,802.23 6. Granite Construction Company ............................................. $213,510.00 7. RGW Construction ................................................................. ..$223,100.00 8. Carone & Sons, Inc. ....................................................................$739,534.50 The Engineer's estimated construction cost was $174,590.00. DELETED C.2 July 14, 1998 Deleted from consideration the awarding of a contract to Carone & Sons, the lowest responsible bidder, for the Camino Tassajara Realignment Project, Danville area. THIS ITEM REMOVED FROM CONSIDERATION e.13 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 14, 1998 SUBJECT: Contract Award Recommendation: Hilltop Drive Pedestrian Path, Phase 11 Project, Project No. 0662-6U4285, EI Sobrante area. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract for fiunishing labor and materials for the subject project to Bauman Landscape, Inc., the love bidder, in the amount of$299,900.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of $149,950.00 and $299,900.00,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 Beard subject to the Director having reviewed and found sufficient all required documents,includ' he contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance Continued on Attachment: X SIGNATURE: RECrIMMENDATION OF UOUNTY ADMINISTRATOR i RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURE (S): ACTION OF BOARD ON JuTy T4, T78 APPROVED AS RECOMMENDED X VOTE OF SUPERVISORS X_ UNANIMOUS{ABSENT Opp } AYES: NOES: ABSENT: ABSTAIN: RB:tt \\PW S i\SHARDATA\GrpData\Const\BO\HDP2-14-t7.doc I hereby certify that this Is a true and correct oris.Div.: PW(Constr) copy of an action taken and entered on the Contact: Joseph J.Murphy(925)313-2320 minutes of the Boardof Supervisors on the cc: County Administrator date shown. Auditor-Controller Public Works; ATTESTED: / -R.Gilchrist,Accounting R.Bruno,Construction PHIL BATCH LL} Clerk of the Hoard R -Design of Supervisors and Comy Administrator -Transp.Engin. S.B.E. By ,� .+(?fZnkLl !:2 Deputy 703 Market St. San Francisco,CA 94103-1000 Contractor (Page 1 of 2) w SUBJECT: Contract Award Recommendation: Hilltop Drive Pedestrian Path, Ph. 11 Project, Project No.0662-6U4285, El 5obrante area. BOARD DATE:duty 14, 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 May 19, 1998. The bids were received and opened at 255 Glacier Chive, Martinez, California, on Tuesday, June 23, 1998. The construction bids received were as follows: 1. Bauman Landscape, Inc. .......................................................................$299,900.00 2. Ghilotti Construction ..............................................................................$316,228.50 3. Fanfa, Inc. .............................................................................................$321,719.78 4. Bruce Carone Grading & Paving, Inc. ...................................................$417,071.00 The Engineer's estimated construction cost was $280,493.50. (Page 2 of 2) CONTRA C£35TA, Cc Recorder's office Recording Requested By: STEPHEN L. WEIR, County Recorder Contra Costa County Public Works Dept. DOC - 913-01641-2435-0C) �-•---0C) Construction Division Thursday, JUL. 15, 1998 'I�3.i Qa0jir*— 255 Glacier Drive ERE $G.€�G; ; '" Martinez, CA 94553 Tt? Pct 0.0D Nbr--f 000190185 Return to: 1 rc /R9 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 I-680/Stone Valley Road } (C.C. § 3086, 3093) Interchange Improvements ) Project No.4660-6X4123 ) RESOLUTION NO. 98 374 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on May 21, 1997 contracted with O.C. Jones and Sons, Inc., for modifying the on and off ramps at 1-680/Stone Valley Road, with American 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 June 1, 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 July 14, 1998 by the fallowing vote: AYES: Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers NOES: None ASSENT: None CERTIFICATION AND VERIFICATION I hereby certify that this is a true and correct copy of an action takers and entered on the minutes of the Board of Supervisors on the Contact: Joseph P.Murphy,(925)313-2321 date shown. ©rig. Dept.:Public Warks(Const.) cc: Record and return ATTESTED: Auditor PHIL.BATC EL r�, Clerk of tate Ccard Public Works - Accounting of Supervisors and County Administrator - Construction, R.Bruno �� De ttt - Traffic,S.Kersevan By., iLA,dGxi.�i� r --�---- P y Contractor RBttt \\PWS 1\SHARDATAtGrpData\Const\BOISV 1-14-t7.doc RESOLUTION NO. 98/ 374