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.