HomeMy WebLinkAboutMINUTES - 05041999 - C8-C9 _ e
TO: BOARD OF SUPERVISORS, AS GOVERNING BODY OF THE CONTRA COSTA
COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT
FROM: J. MICHAEL WALFORD, CHIEF ENGINEER
DACE: May 4, 1990
SUBJECT: Contract Award Recommendation: Grayson Creep Bypass-Phase 1 (Alternative #2),
Project No. 7520-6138508-99, Pleasant Hill area
SPECIFIC REQUESTS;OR RECOMv#END T CN(S)&9ACKMUND AND JUSTIPICATION
Recommended Action:
AWARD the contract for furnishing labor and materials for the subject project to Hess Concrete
Construction Company, Inc., the low bidder, in the amount of$809,3301.00 and at the unit prices
submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful
Performance in the amounts of$899,330.00 and $899,330.00, respectively.
DIRECT the Chief Engineer to prepare the contract for the project.
AUTHORIZE the Chief Engineer to sign the contract on behalf of the Beard subject to the Chief
Engineer having reviewed and found sufficient all required documents, including the contract
signed by the contractor, the aforementioned surety bonds, and a certificate of insurance.
f
Continued can Attachment: SIGNATURE: F
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURES}:
ACTION OF BOARD ON MY n, TTI APPROVED AS RECOMMENDED x OTHER
VOTFXOF SUPERVISORS
UNANIMOUS (ABSENT }
AYES:_ _ NOES:
ABSENT: ABSTAIN:_
RB:ttt I hereby certify that this is a true and correct copy of an7
Const\60\1999105-Msy\GCB!-04,doc action taken and entered on the minutes of the Board of
Ortg.Div- Public Warks(Construction) Supervisors on the date shown.
Contact: Mike Carlson(925)313-2320
cc: County Admin.
Auditor-Controller ATTESTED: May 4. 1999
Public Works PHIL BATCHELOR, Clerk of the Board of Supervisors and
-Accounting,R.Gilchrist County Administrator
-Construction-12.Bruno
-Design. f !
S.B.E. f 1
703 Market St. By Dep44
uty
San Francisco,CA 94103-1030
Contractor L_____--
SUBJECT: Contract Award Recommendation
Grayson Creek Bypass-Phase 1 (Alternative#2),
Project No.75211-6B8508-99,Pleasant Hill area
DATE: May 4,1999
PAGE 2
I. Recommended Action: (continued)
DIRECT that, in accordance with the project specifications and/or upon the execution of the
contract by the Chief Engineer, 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 Chief Engineer 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).
FINANCIAL IMPACT:
The project, including engineering and appropriate overhead charges, is funded by Drainage Area
46 Fees (47%), Zone 3B (43%), and City of Pleasant Hill (10%).
RECOMMENDATION/BACKGROUND:
The plans and specifications were approved and the project advertisedfor bids by the Board of
Supervisors on March 23, 1999. The bids were received and opened at 255 Glacier Drive,
Martinez, California, on Tuesday, April 27, 1999, . The construction bids received were as follows:
1. Hess Concrete Construction Co., Inc. ...................................................$899,330.00
2. Gordon N. Ball, Inc. ..............................................................................,$974,440.00
3. J.W. Ebert Corporation ..........................................................................$993,780.00
4. Mountain Cascade, Inc. .....................................................................$1,071,710.00
5. RGW Construction, Inc. ......................................................................$1,098,394.00
6. Danger Pipelines, Inc. ........................................................................$1,148,735.00
7. McGuire and Hester ...........................................................................$1,173,300,00
8. Cimarron Construction ........................................................................$1,200,860.00
9. Horizon Construction Co. ...................................................................$1,247,850.00
10, Pfister Excavating, Inc. ......... ............................. ...... ..................._...$1,585,380,00
The Engineer's estimated construction cost was $925,200.00.
Tib BOARD OF SUPERVISORS Iq
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: May 4, 1999
SUBJECT: Approve Plans and Specifications and Advertise for bids for the Buchanan Field Airport
Apron and Taxiway Rehabilitation Project, in the Concord area.
AIP Project No. 3-06-0050-11, County Project No. 4855-4666-SAS-6X5304,
CDD-CP # 98-67.
Specific Request(s) or Recommendation(s) & Background &Justification
1. RECOMMENDED ACTION:
APPROVE the Plans and Specifications for the Buchanan Field Airport Apron and Taxiway
Rehabilitation Project and
ADVERTISE for bids to be received on Tuesday, June 8, 1999, at 2:00 p.m.
DIRECT the Clerk of the Board to publish the Notice to Contractors in accordance with Section
22037 of the Public Contract Code,
9 �
Continued on Attachment: X SIGNATURE: �
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON 1 APPROVED AS RECOMMENDED x OTHER
VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy
X UNANIMOUS(ABSENT of an action taken and entered on the minutes of
AYES: NOES: p
ABSENT: ABSTAIN:_ the Board of Supervisors on the date shown.
SK:sd
C:\GrpData\Des€gn\Board Orders\BO 1999tA€P11BO 5-4.doc ATTESTED•. May 4, 1999
Orig.Div: Public Works(Design Division) PHIL BATCHELOR, Clerk of the Board of
Contact: Steve Kowalewski(313-2225)
cc: E.Kuevor,CAD Supervisors a d County Administrator
Auditor-Controller i
Community Development
PW Accounting
Construction By
K.Freitas,Airport puty
SUBJECT: Approve Plans and Specifications and Advertise for bids for the Buchanan Field Airport
Apron and Taxiway Rehabilitation Project, in the Concord area.
AIP Project No. 3-06-0050-11, County Project No. 4855-4666-SAS-6X5304,
CDD-CP # 98-67.
DATE. May 4, 1999
PAGE: 2
11. FINANCIAL IMPACT.
There is no impact to the General Fund. The estimated contract cost of the project is $1,480,000
funded by Federal Aviation Administration (90%), State (4.5%), and County Enterprise funds
(5.510).
III. REASONS FOR RECOMMENDATIONIBACKGROUND:
This project consists of rehabilitating Taxiway E and FBO Apron pavements at the Buchanan Field
Airport. Also included in the project is the installation of a medium intensity taxiway edge lighting
system for Taxiway E. The design for the rehabilitation of the pavements is occurring after an in-
depth assessment of the current condition of these pavements. Engineering studies for pavement
alternatives were undertaken and the resulting effort reviewed numerous options for rehabilitating
the taxiway and apron pavements. rehabilitation alternatives were compared and
recommendations were made as to the best-suited option for the project. A phased program was
recommended to correspond with the availability of funds for the recommended rehabilitation
option.
The Public Works Director has filed with the Board of Supervisors the Plans and Specifications
for the project.
The general prevailing rates of wages, which shall be the minimum rates paid on this project, have
been filed with the Clerk of the Board and copies will be made available to any interested party
upon request.
The Board reviewed and approved the project on October 6, 1998 and determined the project to
be exempt from the California Environmental Quality Act as a Class If Categorical Exemption. A
Notice of Exemption was filed with the County Clerk on October 8, 1998.
ISA. CONSEQUENCES OF NEGATIVE ACTION.
If the project is not approved for advertising, it will not be constructed.
cmmn rZ Inc.
NOTICE TO BIDDERS
I. NOTICE OF INVITATION:
SEALED BIDS WILL BE RECEIVED,PUBLICLY OPENED AND READ at the Public Works
Department,of Contra Costa County,California,until 2.00 p.m.,PST on June 8,1999 for AIP Project
No.3-06-0050-11,County Project No.48554666-SAS-6X5304,Buchanan Field Airport,Apron and
Taxiway Rehabilitation.
General Work Description.
Schedule
Reconstruct Portions of Taxiway E(Approx. 1,500' x 50')
Overlay Portions of Taxiway E(Approx.2,050' x 50')
Install Medium Intensity Taxiway Edge Lights
Schedule II
Reconstruct Portions of FBO Apron(Approx. 11,700 S.Y.)
Overlay Portions of FBO Apron(Approx. 11,750 S.Y.)
Seal Coat FBO Apron,(Approx.49,500 SY)
This project includes an overlay and reconstruction of portions of Taxiway E and the FBO Apron, work
includes; site grading,milling, excavation, subgrade preparation, aggregate base placement, asphalt paving,
shoulder grading, placement of millings, installation of aircraft tiedowns, pavement surface scaling,
pavement marking and installation of taxiway edge lighting.
Proposals will be received by Contra Costa County, California at the office of Public Works
Department,C.C.Rich Building,255 Glacier Drive,Martinez,CA 945534897. Any bid received after
the closing time will be returned unopened.
H. FEDERAL REQUIREMENTS:
A) The proposed contract is under and subject to Executive Order 11246, as amended, of September 24,
1965,and to the Equal Employment Opportunity(EEO)and Federal Labor Provisions.
B) All labor on the project shall be paid no less than the minimum wage rates established by the U.S.
Secretary of Labor.
Q Each Bidder must supply all the information required by the bid documents and specifications.
D) The EEO requirements, labor provisions and wage rates are included in the specifications and bid
documents and are available for inspection at the offices of Contra Costa County,California.
E) Each Bidder must complete, sign and furnish,the "Bidder's Statement on Previous Contracts Subject to
EEO Clause," a "Certification of Nonsegregated Facilities," and the "Assurance of Disadvantaged
Business Enterprise Participation" as contained in the Bid Proposal.
F) A contractor having 50 or more employees and his subcontractors having 50 or more employees and
who may be awarded a contract of$50,000 or more will be required to maintain an affirmative action
program,the standards for which are contained in the specifications.
G) To be eligible for award, each bidder must comply with the affirmative action requirements, which are
contained in the specifications.
H) Disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 23 shall have the maximum
opportunity to participate in the performance of contracts financed in whole or in part with federal ftmds
under this agreement. Consequently,the DBE requirements of 49 CFR Part 23 apply to this agreement.
Buchanan Field Airport Notice to Bidders
Apron and Taxiway Rehabilitation Hi
Women will be afforded equal opportunity in all areas of employment. However, the employment of
women shall not diminish the standards or requirements for the employment of minorities.
1) All solicitations, contracts and subcontracts resulting from projects funded under the AIP must contain
the foreign trade restriction required by 49 CFR Part 30,Denial of Public Works Contracts to Suppliers
of Goods and Services of Counties that Deny Procurement Market Access to U.S.Contractors.
J) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and
manufactured products produced in the United States when funds are expended pursuant to a grant
issued under the Airport Improvement Program.
K) The contractor shall require all subcontractors on any first tier subcontracts in excess of$50,000 and
who employ 50 or more employees to file a compliance report (SF 100) prior to award of the
subcontract.
III. PLANS,SPECIFICATIONS,CONTRACT DOCUAffNTS:
Plans and Specifications' may be viewed at the Contra Costa County,Public Works Department C.C. Rich
Building, 255 Glacier Drive,Martinez,CA 94553-4897,Monday-Thursday(7:00 am.-12 Noon,and 1:00
p.m.and 5:00 p.m)(closed Fridays).
Plans and Contract Documents may be purchased at the Contra Costa County Public Works
Department. A service charge of$80.11 (tax included) is required, payable at the time of order by cash,
check or money order. Checks should be payable to Contra Costa County. No refund will be made for
plans and specifications returned before or after the bid opening date. An additional fee of$10.00 will be
charged to send such documents through the mail,documents will not be sent overnight mail.
A bid guaranty in the form of either a certified or a cashier's check made payable to Contra Costa County
or in the form of a surety (bid) bond for not less than ten percent of the amount of the bid including the
alternates shall accompany the proposal. Surety (bid)bonds will be accepted only from corporate sureties
authorized to do business in California. No Bidder may withdraw their bid for a period of sixty(60) days
after the date set for the opening thereof.
No award will be made to any contractor who is not a duly licensed contractor. All prospective bidders
must furnish financial responsibility and prequalification information or evidence that they are prequalified
with CALTRANS to do work.
The Owner has established a total Disadvantaged Business Enterprise participation goal ofL0.0 percent for
this project. A Certificate of Assurance concerning this goal is included in the proposal and shall be
executed by the bidder.
A pre-bid conference will be held on ]Mgy 17, 1999 at 1L0_0_p_m_- (PST), at Buchanan Field Airport,
Administrative Office,Contra Costa County, California. A preconstruction conference will be held at the
Airport prior to the commencement of construction.
Contra Costa County reserves the right to waive any and all teclinicalities and reject any or all bids as may
be deemed to be in the Owner's best interest.
For questions regarding this project contact Stephen Kowalewski,CCC Design Division,at(925)313-2225,
For technical questions regarding this project contact Steve Reeder,KHA,at(602)944-5500.
Buchanan Field Airport Notice to Bidders
Apron and Taxiway Rehabilitation IV
C=nley
W �. , .
The bid opening date may be extended by addendum issued by the Public Works Department no later
than April 30, 1999, in which case any bids submitted for the original bid opening will be returned
unopened and sealed bid proposals for the extended bid opening shall be submitted on or specified before
May 18, 1999,at 2:00 p.m., and will be opened,read and recorded at the same place specified above. All
proposals received late will be returned unopened.
By order of the Board of Supervisors of Contra Costa County
Phil Batchelor
Clerk of the Board of Supervisors and County Administrator
By Ann Cetvelli
Deputy
Dated. May 11, 1999
Publication dates.
May 11, 1939
Buchanan Field Airport Notice to Bidders
Apron and Taxiway Rehabilitation v
PROOF OF PUBLICATION
of Noncegregated Facilities,"
(2015.5 C>C.P.) andthe"AssurancsofDEaad-
vaniagied Business Enter-
prias Participation" as con-
STATE OF CALiFORN#A tamed in the Bid Proposal.
County of Contra Costa
F}A ccrtraato having 50 0
more employees and his
1 am a citizen of the United States and a resident of the NOTICE TO BIDDERS- subcontractors having 50 or documents will not be sent
County aforesaid, 1 am over the age of eighteen years, more employees and who overflight mall.
+ 1.NOTICE OF INVITATION: me y be awarded a contract qt
and not a party to or interested in the above-entitled of 550,000 or more will be a-
not
io ma{r.+u�in an afrirrr:a- A bid guaranty in the form o!
.ratter. SEALED BIDS WELL B'^ RE- t either a csri.sd a1, a oa-
CEIV=D, PUBLICLY OPENED lye action program,the Stan- skier's check made payable
AND READ at the Public dards far whit are contained t Y
In the for whicee{ons. a CONTRA COSTA OUNTY;
! am the Principal Legal Clerk Of the Contra Costa Times, Works Department,of Contra a1,C the form of a surety(aid)i
a newspaper of general circulation, printed and published Costa Counfy,California,until bond for not !ass than TEN!
at 2640 Shade#ands Drive in the City of Walnut Creek, 2:00 p.m., PST on Jona 8, )To be eligible for award, ppercent of the amount of the
of 198$ for AIS P n Ju No. each bidder must comply hid Including the alternates
County of Contra Costa, 94596. 3-05-0050-i9, un ProNo. with tre affirmative acticn rs-
s Octqulremen±s, which are cell- shall accompan the prapas-
No.4855-4555-.,AS-5X5 04, ta!ned In the specific a?fans. ai.Bu s (b d}bonds will tre
And which newspaper has been adjudged a newspaper of Buchanan Field Airport_ a:.Suredabid)ands. orate
Apron and Taxiway Rehabiii 1,q) Disadvantaged business sureties authorized o do
general circulation by the Superior Court of the County of tation. business in CALIFORNIA.No
Contra Costa, State of California, under the date of enerpriseaRBEslasde?ined Bidder may withdraw their
October 22, 1934. Case Number 7 9764, General Worts Description: in 49 CFR.art 2 shall have bid for a perlod of SIXTY(80)
the maximum opportunity to days after the date set for the
Schedule I participate In the perfor opening thereof,
The notice, of which the annexed is a printed copy (set in Reconstruct Porticrns of Taxi mance of contracts'financed
type not smaller than nonpareil), has been pro-
way E(A prox.1,500'x 501) In whole or in par[with leder No award will be made to any
published in Overlay i?ortions of Taxiway E, al funds under this agree- contractor who!a not a duly
each regular and entire issue of said newspaper and not (Approx.2,050'x 501) merit.Consequently,the CBE Idenaed contractor. Al?
M any supplement thereof On the following dates,to-wit: ?..stall Medium Intensity Tax!- requirements of 49 CFR Part 23 bidders must fum!sh
wa Ed Lights
23 apply to this agreement. nanalai responsibility and
Women will be afforded
May 7 7 Re souls It ri=d liticatlon is armatEon
Roconseruct Portions of FBO equal oppartuni#y In a l area a1,evkierce that they are re-
Apron(Approx.11,700 S.Y.) of employment.Wowever,thr� qualifled with CALT.RANS to
Portions of F80 employment of women sne? o work,
a## in the year Of 7 999 AAppro((Approx.11 750 S.Y.) not diminish the standards or
Seal Coat Fab Apron, requirements lbr the ampioy-! The Owner has established a l
E certify (or declare) under penalty of perjury that the (Approx.49,500 S.Y.) ment of minorities. E total Disadvantaged Bus!-
foregoing is true and correct. near Enterprise participation
g This project includes an over- E) All solicitations, contracts j goal of 10.0 percent for this
lay and reconstruction of por- and subcontracts resulting; project. A Cert!.{cats of As-;
'
Executed at Walnut Creek, California, tfrom ors of Taxiway E and the g oaf
this
FSO Apron, work includes; the Al must contain the tor- Is included ,n the proposrojects funded under surance conosm!n al
On this 1 7 da Of May 1 999 site Grading,milling,excava- sign trade restriction reoulrad and shall be executed by the
?r t!on, subgrde preparation, by 49 CFH Part 30,Denial of bidder.
........ / 1,f ........ Public Works Contracts to
aggregate base placement, Suppliers of Goods and Ser- A ppre-bld conference will be
Signature enol paving, shoulder vices of Counties that Den ha!d on MAY 17 1999 AT
o adingg placement of mill-, Y 1:00 S.M.(PS':}A¢BUHAN-
Engs, iristallaUan of aircraft Procurement Market Access AN FIELD A!Rf'ORT,ADMIN-
Contra U.S.Contractors.
Contra Costa Times tiedowns, pavement surface ISTRATIVE OFFICE Contra
1,P O Box 4147 seaing, pavement marking �' The Aviation Safety and Costa County, California. A
and installation of taxiway apaci Expansion Act of preconstructior, conference
Walnut Creek, CA 94596 edge lighting. 19$0 rev! p prefer will be held at the Airport pri-
(57 d) 935 2525 once be glv�n to steel and a1,to the comrnencemont of
SroppaaMe will
be received b construction.
CONTRA OOSTA COUNTY l in products pro-Proof of Publication of: CALIFORNIA at the office o when in the United Sta?aS CONTRA COSTA COUNTY
PUBLIC WORKS DEPART- when funds ars expended reserves the right to waive
(attached is a copy of the legal advertisement that MENT C.G.RICH BUILDING, pu Buant to a grant lasued re and SEI technicalities t!fiss and
255 GLACIER DRIVE,MART?- under tho Airport Improve re any
an o all bide as may
published) NEZ, CA 94553-4597. Any mentProgram. j Y Y
be deerY, t in the Own-
bid received after the closing K) The contractor shall 1,s-( er's best In est,
time will be returned un- quire all subcontractors on q q j
opned. any i;tai tier subcontracts In For u ions sCardin this.
Ko-
excess of$50,0flfl and who pro)e contact Stephen Ko-
tI.FEDERAL � yya, ski CCC Des?gn Divx
REQUIRISMSINTS. employ 50 or more employ- n, at(925)313-2225. For
see to file a compilerce re- ooh'aai quesUora regarding'
A)The proposed contract is par(SF 100)prior to award of this project contact Steve
. Reeder KHA, at
under and sub'eot to Execu- the subcontract (602)
live Order 11246,as amend- fit.PLANS 944-5560.
ed, of September 24, 19€158
andand to he E uai Empia en} SP�ECIFIEkTiO The bid opening date may be
to un? CONTRACT DOCUMENTS, ;extended b addendum !s-
ty( ED)and redo.- sued b
y thb:loat Labor Provisions. Plans and Specifications may partmentt no later thansAprril
B) All labor on the project: bo viewed at the Contra Coe
30 1999, In which case any
shall be paid no less than the E to County, Public Woks De- bias submitted for the original
partment C.O.Rich Building, bid opening will be returned
minimum wage rates r to ry! 255 Glacier Crave, Martinez, unopened and sealed bid
shed by the U.S. Secretary CA 94553-4897, Monday ropooafs for Hte extended
of Labor. Thursday 1,7:00 a.m.-12 fd opening shall be submit-
Each Bidder must supply Noon, and 11:00 p.m, and ted on or specified before
a l the Informatkonrsqulrad by 5:00 p.m.)(closed Fridays): May 18, 1999,at 2:00 p.m.,
the bid documents and spec- Plans and Contract Docu-# and will be opened,read and,
rications. recorded at the same place E
men's may be purchased at i specified above. All propos-i
aw
theCONTRA COSTA OOUN-: 2:8 received late will be re-
sou?rements,fa- TY PUBLIC WORKS DEPART- turned unopened.ns end waC'eNT. A service ch a of
ndiudod in the $80.11 (TAX INCLUDE) Es gy oder of the Board of
end bid docu- oqulred,ppayable at the Urns Supervisors of
ro avallabte forof order by cash, check ort the o ceS of money order.Chacks should Phil Batchelor
CONTRA.
ONTRA.COSTA COUNTY,: be pa able to CONTRA COS- Clark of the Board of
CALIFORNIA. TA C LINTY. No rotund will Supervisors and
Each Bidder must com-E be made for plans and speol- County A Administrator
erve11J2e5 r
ate sign and fu sh the aftficer'the bidfopen!ng date:An Dowty
6fdcier's Stater.ant sn Prev-Ei eddltlonai 4ee of$10.00 wli3 Da ad:May 11,1999
Eoue Coniraats Suul111 v-1 t e charged to aorto such Legal OCT 5824
EEO Clause,"a ,CeRt catlon I daaumsnts through the mall, Publish May 11,1999