Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 03161999 - C1-C5
s TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: March 16, 1999 SUBJECT: Contract Award Recommendation: California Street Reconstruction Project, Project No. 0662-6R4231-98, Rodeo area. SPECIFIC REQUES T(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Hess Concrete Construction, Co., Inc., the low bidder, in the amount of$69,278.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithfal Performance in the amounts of $34,639.00 and $69,278.00, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf ofthe Board subject to the Director having reviewed and found sufficient all rewired documents, includinp the contact signed by the contractor, the aforementioned surety bonds, and a certificate osuranc . if z Continued on Attachment: SIGNATURE: _RECOMMENDATION OF BOARD COMMITTEE APPROVE —OTHER SIGNATURE(S); ACTION OF BOARD ON Mach 16, 1999 APPROVED AS RECOMMENDED -� VOTE OF SUPERVISORS X UNANIMOUS(ABSENT" AYES: _ NOES: ABSENT: ABSTAIN: RB.tt G:`,,GR?DATA\CONS'nBO\1999\03-MARCFT\C5R-i 6-T03.DOC Orig.Div.: r W(Constr) Contact: Joseph J.Murphy(925)313-2320 cc: County Administrator hereby certify that t#115 ;S a true and DOtD Auditor-Controller copy of an acflon taken and entered on the Public Works: rnnirlt.Ttes of the Board -of Supervisors DTA the R.Bruno,Construction { date shown. �,. A-/ 47-R.Gi:christ,Accounting �" -Design AT"1`ESTELD -�.. -Transp.Engir.. PHIL. BAMt-IEL':.Rti?ar% of the Board S.B.E. sof Supervisors arSA 1p Count'Adrrliriistrator 703 Market St. Sacs Francisco,CA 94103-1000 y .r x Deputy Contractor I (9 of 2) SUBJECT: Contract Award Recommendation: California Street Reconstruction Project, Project No. 0662-6114231-98, Rodeo area. BOARD DAVE:;.March 16,1999 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 Hess Concrete Construction Co., 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). II. FINANCIAL IMPACT. The project, including engineering and appropriate overhead charges, is funded by Measure 'C' (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 January 26, 1999. The bids were received and opened at 255 Glacier give, Martinez, California, on Tuesday, March 2, 1999. The construction bids received were as follows: 1. Hess Concrete Construction, Co,, Inc..................................................$69,278.00 2. Carone & Sons, Inc. ............................................................................$73,995,04 3. Bay Cities Paving & Grading...... .....—........................--............. .......$766'39U5 4. J.W, Riley & Son, Inc. .... .......-.............................................. ....—$83,962.00 5. Bruce Carone Grading ........................................................................$85,001.50 6. Darold Hutson Construction.................................................................$93,992.70 7. Orinoco Construction, Inc.....................................................................$95,000.00 8. Bauman Landscape, Inc. .....................................................................$96,601,00 9. North Bay Construction........................................................................$97,977.00 10. MCK Services, Inc..............................................................................$108,732.00 11. G & S Paving .....................................................................................$124,260.87 12. J.A. Gonsalves & Son........................................................................$125,825.75 The Engineer's estimated construction cost was $98,787.00. (2 of 2) '0 _ TO: BOARD OF SUPERVISORS FROM: V1, MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE. March 16, 1999 SUBJECT: Contract Award Recommendation: Camino Tassajara Realignment JAlternative No, 21Project, PLO ject No. 0662-6R4185-97, Tassajara area. SPECIFIC RE-QUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION In RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Carone& Sons,Inc., the low bidder, in the amount of$382,655.70 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the aniounts of $1911,327,85 and $382,655.70, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTI10RIZE 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,includi contract signed by the contractor, the aforementioned surety bonds, and a certificate of J surance. J,7� _�v J Continued on Attachment: SIGNATURE: V T U RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURES - ACTION OF BOARD ON T7 19, T779 APPROVED AS RECOMMENDED X 4WMWMNW VOTE OF SUPERVISORS X UNANIMOUS(ABSENT AYES: —NOES: ABSENT:--ABSTAIN:— RB:tt G:\GrpdataV_'onst\Bo\1 994\03-March\Ctrr-I 6-TO3.Doe OrIg.Div.. PW(Constr) I hereby certify that t1his is a true end correct Contact; Joseph J,Murphy(925)313-2320 copy of fir; action takor, and on'tered On the cc: County Administrator m rvisr')"s 0"' the Audztor-Controlier , e,, tt,,e Board of SuPe Public Works; date shown. R.Bruno,Construction R.Gilchrist,Accounting ASTESTED: P t Design PHIL BATCH E-10 � Clerk Of Vile 80 an Transp.Engin. Of supervisom art Count-y Adm;nistraor &B.E. 703 Market St. Deputy San Francisco,CA 94103-1000 Contractor (I of 2) SUBJECT: Contract Award Recommendation: Camino Tassajara Realignment-Alternative No. 2 Project, Project No, 0662-684185-97, Tassajara area. BOARD DATE:March 16, 1999 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 Carone & Sons,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 f'urn'ish 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 Tassajara AOB (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 February 2, 1999. The bids were received and opened at 255 Glacier [give, Martinez, California, on Tuesday, March 9, 1999. The construction bids received were as follows: 1. Carone & Sons, Inc. ..................................................................... ........$382,655.70 2. McGuire & Nester ..................................................................................$412,000.00 3. Granite Construction Co. .......................................................................$425,026.74 4. Bruce Carone Grading & Paving, Inc. ... ...............................................$451,082.50 5. lie Silva Gates Construction .................................................................$458,494.00 6. Bay Cities Paving & Grading, Inc. .........................................................$468,136.80 7, l=anfa, Inc. .............................................................................................$478,416.45 8. Q.C. Jones & Sons ................................................................................$527,011.00 9. WSP Trucking Co., Inc. .........................................................................$634,302.83 The Engineer"s estimated construction cost was $426,827.00. (2 of 2) TO: BOARD 4F SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: March 1 , 1999 SUBJECT: Determine the Need to Continue the Emergency Action Regarding the Repair of the Fish Ranch Road Slide, ©rinda area. Project No: 0672-686346 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION Recommended Action: 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 22956, to repair the Fish Ranch Road Slide, Orinda area. ll. Financial impact: There is no impact to the general fund. Plans, specifications and engineer's estimate are complete. The project is currently under construction, and the upper slide is complete. The lower slide has been delayed clue to weather and utility conflicts. However, the entire project should be completed by late March. The expected contract cost based on the low bid is $684,651. 111A Continued can Attachment: X� SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON March 16� 1993 APPROVED AS RECOMMENDED VOTE OF SUPERVISORS X UNANIMOUS (ASSENT —) AYES: NOES: ASSENT`: ABSTAIN`. IeretDy #certify ll�a is a and correct copy of ar action taken and entered on the iriutes of the Board of supervisors on the MM:iig:tt dtle shown \1PWSi\SHARiDATA\GRPDATA\CONST\BO\1999\13-MARCI \FRR-16-TO3,DOC Orig.Div: Public Works(Const.) Pella SATCHEL R, Ci rk of the Board contact: Joseph P. Murphy(313-2320) c� S�r�i�c ��arCo�urtyAdr�sni�tretsDr cc: Auditor/Controller County Counsel s Construction Div.-R.Bruno By - Deputy Maintenance Div. Transp.Engineering Determine the Need to Continue the,Emergency Action Regarding the Repair of the Fish Ranch Road Slide orinda Area March 16, ?999 Page Two Ill. Reasons For Recommendations 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. Since Fish Manch 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. Construction to correct the slide work has been completed. Work to complete a secondary minor slide began in early November, and is substantially completed. The roan is open to traffic. 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 completion of the repair of the roadway, prolonging impacts to traffic flow. LL TO! BOARD OF SUPERVISORS FR6m: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: March 16, 1999 i SUBJECT: Approve North Richmond Curb Ramp Project— Phase 1 Project No, 0662-684131 CDD-CP # 98-70 Specific Request(s) or Recommendation(s) & Background & Justification #. RECOMMENDED ACTION= APPROVE the North Richmond Curb Ramps project, and DETERMINE that the project is a California Environmental Quality Act (CEQA) Class 1c Categorical Exemption, and DIRECT the Public Works Director to prepare contract plans and specifications for construction. DIRECT the Director of Community Development to file a Notice of Exemption with the County Clerk. DIRECT the Public Works Director to arrange for payment of the $25.00 handling fee to the County Clerk for filing of the Notice of Exemption. Continued on Attachment: X SIGNATURE. f RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURES ACTION OF BOARD ON March T6, 1719 APPROVED AS RECOMMENDED +tM VOTE OF SUPERVISORS X UNANIMOUS(ABSENT AYES: NOES;_ ABSENT: _ABSTAIN I hereby certify that this is a trt:e and correct copy of an action taken and catered on the G,\GrpData\Design\Board Orders\BCS 1995\ Minutes of the Board of su'ervisors on the North Richmond Curb Ramps P1 3-16.doc ,date shown, Orig.Div: Public Works(Design Division) Contact: ATTESTED. E cc: County Administrator PHIL BATCHELOR, Clerk of, the Board Attn: E. Kuevor of Supervisa s and County Adrnini tr for Auditor-Controller Deputy i Community Development-A.Woods B PW Accounting Construction L. Chavez, Design. SUBJECT: Approve North Richmond Curb Ramp Project— Phase 1 Project No. 0662-6R4131 CUD-CP # 98-70 DATE: March 16, 1999 PAGE. 2 11. FINANCIAL IMPACT: The estimated project cost is $39,000, funded by CDEG (67%), Contra Costa Redevelopment Agency (33%). 111. REASONS FOR RECON MENDATION/BACKGROUND: The project includes removing and replacing deteriorating curb ramps and sidewalks where needed. It is needed to comply with the Americans with Disabilities Act (ADA) and provide convenient access to the North Richmond Senior Housing Project. The project has been determined to be in compliance with the General Plan and is exempt from CEQA because it is a minor alteration to existing facilities. Ill. CONSEQUENCES OF NEGATIVE ACTION: Delay in approving the project will result in a delay of design and construction and may jeopardize funding. Commis Barry, P communityContra CClTL14tjDevelopment 4 Dlr@GXtST Development Cost. Department ouni.. County Administration Building 651 Pine Street 4th moor, !~forth Want; -� Martinez, California 94558-0095 (925) 335-1276 Phone: ; '' September €b, €998 County File #CP 98-70 Public Works Department Attention: Janet Frattini- Design Division Dear Applicant: The Contra Costa County Commun€ty Development-Department has completed an initial study of the environmental significance of the project represented by your pending application bearing County File Number CP 9880 North Ridmand Curb Fern 1. In conformance with Centra Costa County Guidelines for Implementing the California Environmental Quality Act of 1970(CEQA), it has been determined thatyour project will t have a significant effect on the environment. Your project falls within the following category: (V) AN ENVIRONMENTAL IMPACT REPORT (EIR) IS NOT REQUIRED. (V) The project is categorlcally exempt(Class l c ). { ) The CEQA req_u€rements are accommodated by the EIR previously prepared for { ) A statement that an EIR is not requ€red (Negative Declaration of Environmental Significance has been filed by the Community Development Department(unless appealed). { ) Cather: General Rule of Applicability(section €5061(6)(3). { ) AN ENVIRONMENTAL IMPACT REPORT (EIR) IS REQUIRED. ( ) The complexity of your project requiresyour submission of additional special reports or information (as outlined on the attacked sheet) (which will be outlined in a forthcoming letter). { ) A consultant will be hired to prepare the environmental impact report. This procedure is explained on the attached sheet. Preparation of the EIR cannot be started until the fee and additional information reQuested is received by the Community Development Department. If you have Questions concerning this determination or desire additional information relative to environmental impact report regulations, please call (925) 335-1250 and ask for Maureen Toms. Slncerelyyours Dennis M. Barry,A1CP Community Development Director By: / 4 a4 a,4 Office hours Monday - Friday:8:00 a.m.-5�b p.m cc: FILE Office is closed the 1st, 3rd& 5th Fridays of each month y CONTRA PUBLIC WORKS DEPARTMENT COSTA INITIAL STUDY COUNTY OF ENVIRONMENTAL SIGNIFICANCE PROJECT# 0662-6R4131 CP# 98-70 PROJECT NAME: North Richmond Curb Ramps PREPARED BY. Janet Frattini / DATE: August 24, 1996 APPROVED BY: '-7 OOA .�t1�-��' DATE: RECOMMENDATIONS: (✓) Categorical Exemption (Classic_) Negative Declaration ( } Environment Impact Report Required { } Conditional Negative Declaration The project will not have a significant effect on the environment. The recommendation is based on the following. The proposed project involves the minor alteration of existing public facilities involving no expansion of use beyond previously existing. The rehabilitation of deteriorating structures i.e., curb ramps and sidewalks will meet current standards of health and safety. What changes to the project would mitigate the identified impacts . N/A USES Quad Sheet Richmond Base Map Sheet# J-4 Parcel # N/A GENERAL CONSIDERATIONS: 1. Location; The proposed North Richmond Senior Housing Project is located in the west county area of North Richmond. Installation of curb ramps and sidewalks is proposed for the area around the proposed project including Crave Avenue, Chesley Avenue, and 2'd Street. (Figures 16e3). 2= Project Description: The proposed project consists of removing and replacing deteriorating curb ramps and sidewalks, where needed. The proposed curb ramps will facilitate use of the sidewalks for the mobility impaired as well as making it more convenient to access the North Richmond Senior Housing Project. The new curb ramps will meet the requirements of the Americans with Disabilities Act (ADA). 3, Does it appear that any feature of the project will generate significant public concern? [] yes [y/] no [] maybe (Nature of concern); 4. Will the project require approval or permits by ether than a County agency"? [] yes V] no Agency Name(s) 6. is the project within the Sphere of Influence of any city? Yes, Richmond. hAcatexmptlnorichcurbAni (Rev 2197) . f> rn £o F 0n _ n m i tE FIGURE 2 PROJECT „. 0 .. VICINITY oz �Si� _fF.� dti '� 1 � .�+ � �!�ZYc :c$ < � �ci'Z• < "c "� .i id SSTZ � Com.. � �� SS Mt02 3 4 .tS y kt381�•a � H18Z -,¢�” �.. - - - �: 14,411 � �' < '� c � t• g.., i5 �t C6y, 1S .K 44451 y;?4 COi # AK d3_ 3 a ra' i4' 9I xcs ,A J s IIAlB 1 t i;3Z * NLYS Is_ 15 tU5 AV r L £ 00 15 v 1S 35 i 4 j �` /' 4 S •8t,Y0 g 10 g 's .�• g CL t i g f � NOT TO SCALE � w not fd� Cf PIC C00 un JI -'v �A 029 rj n1D '� LO olt jr 40KOA VL L C.uCb 'amp �u �+ i " a � g33 ic fir k it ►- Ou f cds � • ct TO: BOARD OF SUPERVISORS FROM.. J. MICHAEL WALFORD, PUBLIC WORDS DIRECTOR DATE: March 16, 1999 SUBJECT: Approve Addendum No. 1 for the Camino Tassajara Realignment project in the Danville Area. Project No. 0662-6R4185-97 Specific Request(s) or Recommendation(s) & Background &Justification 1. RECOMMENDED ACTION: APPROVE prior issuance of Addendum No. 'I for the Camino Tassajara Realignment Project. II. FINANCIAL IMPACT, This Addendum has no negative financial effect on the project budget or the General Fund. This project is funded 84% by the Tassajara AOB and 16% by SB300 Funds. Continued on Attachment: X - SIGNATURE: r RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURES): ACTION OF BOARD ON "arch 16, 1999 APPROVED AS RECOMMENDED X M VOTE OF SUPERVISORS - UNANIMOUS(ABSENT" — AYES: _NOES. ABSENT: ABSTAIN: 1hereby certify that thisis a trial and correct copy of an action taken and entered or the GAGrpData\Dss!gnl8oerd©tders\130 19MCam;no Tassaera Realign Acid",3-23.doc minu of he Board of u,-Iervisons or, is e or!g.Div: Puot:c Works(Design Division) date S"' 6 wn Contac: K.Emtigh } cc: County Adttinis"rator ! r do a ATTESTED: ✓ o ,/ F � Atin; E.Kusvor Auditor-Cor&oiier HIL BA CHEE4ZA, , (^'erk of the� Board PWAccounting of super,187 ids County 1 drnini trator Construction s # Community Deveicpmerrt-,k Woods `I By .Deputy 3s 9 SUBJECT: Approve Addendum No. 1 for the Camino Tassajara Realignment Project in the Danville area. Project No. 0662-684185-97 DATE: March 16, 1999 PAGE: Ill. REASONS FOR RECOMMENDATIONIBACKGROUND: On February 2, 1999, the Board of Supervisors approved plans and specification for this project. Addendum No. 1 is needed to provide a second alternative for bidding and constructing the project. IVa Consequences of Negative Action: If Addendum No. 1 is not approved, an alternative to potentially reduce traffic impacts during construction and reduce project costs will be eliminated from the bidding process.