Loading...
HomeMy WebLinkAboutMINUTES - 04182000 - C1-C3 TO: BOARD OF SUPERVISORS 03 FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE. APRIL 18, 20140 SUBJECT: CONTRACT AWARD RECOMMENDATION: 2000 OVERLAY,PROJECT NO. 0662-6R4090-00,VARIOUS COUNT'LOCATIONS SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Ghilotti Construction Company,Inc.,the low bidder,who has also met the requirements of the County's Disadvantaged Business Enterprise Contract Compliance Program, in the amount of$2,191,129.85 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$2,191,129.85 and$2,191,129.85,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 contract signed by the contractor, the aforementioned surety bonds, and a certificate of insur%ace. Continued n aAttachment: � �- X Yes SIGNATURE: t RECOMMENDATION OF BOARD COMMITTEE i APPROVE OTHER SIGNATURE (S): ACTION OF BOARD ON APRIL 18� 2000 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS X UNANIMOUS(ABSENT lone t AYES: NOES: ABSENT: ABSTAIN:- RB:kj G:\GRPDATA\CONSTIBO\FORMS-MERGE\AWARD-DBE-PW.DOC SUBJECT: Contract Award Recommendation: � 2000 Overlay Project No.0662-6R4090-00, Various County Locations WARD DATE: April 18,2000 PACE 2 of 2 I. RECOMMENDED ACTION: (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 5705 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, 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 wish 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 Transportation Equity Act 21 (80%), Measure C Funds (8%), City ofRchmond(8%), and City of San Pablo (4%). III RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on February 15, 2000. The bids were received and opened at 255 Glacier Drive, Martinez, California, on March 28, 2000. The construction bids received were as follows: 1. Ghilotti Construction Company, Inc. ...............................................................$2,191,129.85 2. Bay Cities Paving & Grading, Inc. ...................................................................$2,269,970.37 3. DeSilva Gates Construction ..............................................................................$2,296,864.00 4. RGW Construction, Inc, .-........ .............................................. ........................$2,295,947.00 5. McGuire and Hester ..........................................................................................$2,328,135.85 •, �. _ ___ _.._s n_..__ T__ 4:1 2711 ORR A5 r Tf BOARD OF SUPERVISORS FROM: M. Shiu, PUBLIC WORKS DIRECTOR DATE: April 18, 2000 SUBJECT: Approve plans and specifications and Advertise for bids for the West Street Reconstruction Project in the Crockett area. Project No. 0662-684273-00, CP# 99-71 Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMMENDED ACTION: APPROVE the Plans and Specifications for the West Street Reconstruction Project and ADVERTISE for bids to be received on Tuesday, May 23, 2000, 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, and AUTHORIZE the closure of West Street to traffic between Winslow Street and dwards Street for approximately three weeks with the exception-of emerg ncy v s residentia traffic. Continued on Attachment: X SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON APRIL 18, 2000 APPROVED AS RECOMMENDED X OTHER I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. VOTE OF SUPERVISORS X UNANIMOUS (ABSENT None ) AYES: NOES: ATTESTED: APRIL 18, 2040 ABSENT: ABSTAIN: PHIL BATCHELOR, Clerk of the Board of SiJBJECT: Approve Plans and Specifications and Advertise for bids for the West Street Reconstruction Project in the Crockett area. Project No. 0662-684273-00, CP #99-71. DATE: April 18, 2000 PAGE: 2 II. FINANCIAL IMPACT: The estimated contract cost of the project is $86,000, funded by Measure C (100%). III, REASONS FOR RECOMMENDATION/BACKGROUND: The project is needed to ensure the continued existence of the roadway and promote its safe usage, 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 December 14, 1999 and determined the project to be exempt from the California Environmental Quality Act as a Class 2C Categorical Exemption. A Notice of Exemption was filed with the County Clerk on December 16, 1999, that the project will not have a significant effect on the environment, IV. CONSEQUENCES OF NEGATIVE ACTION: If the project is not approved for advertising, it will not be constructed. TO. BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: APRIL 18, 2000 SUBJECT: Approve Plans and Specifications and Advertise for bids for the Coggins Drive Overlay Project in the Walnut Creek area. Project No. 0662-6R4269-00, CP #99-69 Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMMENDED ACTION: APPROVE the Plans and Specifications for Coggins Drive Overlay Project and ADVERTISE for bids to be received on Tuesday, May 23, 2000, 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, and AUTHORIZE the closure of Coggins Drive to through traffic between Oak Road and Las Juntas Way on workdays from 8:00 a.m. to 4:00 p.m. for approximately three (3) weeks with the exception of emergency vehicles and local residential traffic. Continued an Attachment: X SIGNATURE. _RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON APRIL 18, 2000 APPROVED AS RECOMMENDED X OTHER_ I hereby certify that this is a true and correct copy of an action taken and entered on the VOTE OF SUPERVISORS minutes of the Board of Supervisors on the Ff I I11 A IL11l A^I It% /A ML"nkl-r �Trar-in 1 date shown. G'f SUBJECT: Approve Plans and Specifications and Advertise for bids for the Coggins Drive Overlay Project in the Walnut Creek area. Project No. 0662-684269-00, CP #99-69. DATE: April 18, 2000 PACE: 2 11. FINANCIAL IMPACT: The estimated contract cost of the project is $119,200, funded by Measure C (10010). Ill. REASONS FOR RECOMMENDATION/BACKGROUND: The project is needed to repair deteriorating pavement and to upgrade pedestrian facilities as required by the Americans with Disabilities Act. In order for the project work to be performed, through traffic will be detoured around the project site maintaining access to the BART station and adjoining parking lots. Local residents and emergency vehicles will be allowed access to and from their residences through the work zone. The detour will be in place from 8:00 a.m. to 4:00 p.m. on work days, the full width of Coggins will be open at all other times. 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 December 14, 1999, and determined the project to be exempt from the California Environmental Quality Act as a Class Ic Categorical Exemption. A Notice of Exemption was filed with the County Clerk on December 14, 1999, that the project will not have a significant effect on the environment. IV. CONSEQUENCES OF NEGATIVE ACTION: If the project is not approved for advertising, it will not be constructed.