Loading...
HomeMy WebLinkAboutMINUTES - 06202000 - C1-C7 IIIIIIIIIIIII I 111111111111111111111111111111111111111111 ell Recording Requested By: CONTRA COSTA Cc Recorder Office Contra Costa ion Cos ty Public Works Dept. STEPHEN L, WEIR, Clerk-Recorder ivn 255 Glacier Drive DOD— 2000®0132730-00 Martinez, CA 94553 F, JUN 23, 2000 08:08:17 FRE $0.00 Return to: Ttl Pd $0.00 Nbr-0000023801 Ire/RS/1-1 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 Kensington Pedestrian Flasher ) (C.C. § 3086, 3093) Project No.06624R4 22-99 } RESOLUTION NO. 2000/ 312 The Board of Supervisors of Contra Costa County RESOLVES that: The County of Contra Costa on September 1, 1999 contracted with Richard A. Heaps Electrical Contractor, Inc., for the construction of a new pedestrian activated signal, with United Pacific 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 May 16, 2000. 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 June 20, 2000 by the following vote: AYES: SUPERVISORS GIOIA, UJIXEMA, DESAULNIER, CANCIAMIU A AND GERBER NOES: NONE ABSENT: DONE CERTIFICATION AND VERIFICATION I hereby certify that this is a true and correct copy of an Contact: Mike Carlson (925)313-2321 action taken and entered on the minutes of the Board of Orig. Dept.:Public Works(Const.) Supervisors on the date shown. cc: Record and Return Auditor Public Works- Accounting ATTESTED: JUNE 20, 2000 Construction, R. Bruno PHIL BATCHELOR, Clerk of the Board of Supervisors and Env.,C.Sellgren County Administrator - Traffic,S. Kersevan Contractor Ra:Kj By , Deputy G.,\GrpDatn\Conat18012000109-June\20-KPF-acWt.doc RESOLUTION NO. 2000/ 312 Cil TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: JUNE 20, 2000 SUBJECT: AUTHORIZE THE PUBLIC WORKS DIRECTOR TO EXECUTE A CONSULTING SERVICES AGREEMENT WITH HARRIS AND ASSOCIATES, INC. FOR THE DELTA ROAD BRIDGE REPLACEMENT PROJECT IN THE AMOUNT OF $112,000.00, PROJECT NO. 0662-6R4216-95, KNIGHTSEN AREA Specific eques s or ecommena on s Background us ca ion 1. Recommended Action: AUTHORIZE the Public Works Director to execute a Consulting Services Agreement with Harris and Associates, Inc. for the Delta Road Bridge Replacement project in the amount of$112,000.00. 11. Financial Impact: There will be no impact on the County General Fund. The Consulting Services Agreement is for $112,000.00 and shall be paid for by Highway Bridge Rehabilitation and Replacement Funds (80%) and Road Funds (20%). / N, Continued on attachment: X yes SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON: JIINF- 2f?, 2o00 APPROVED AS RECOMMENDED OTHER_ VOTE OF SUPERVISORS UNANIMOUS {ABSENT Norge) I hereby certify that this is a true and correct copy of an AYES: NOES: action taken and entered on the minutes of the Board of ABSENT: ABSTAIN: Supervisors on the date shown. Contact: Mike Carlson,(925)313-2321 ATTESTED: .MINE 20,0 2000 Orig.Div.: PW(Constr) PHIL BATCHELOR, Clerk of the Board of Supervisors and cc: Auditor-Controller E.Kuevor,CAO County Administrator R.Bruno,Construction R.Gilchrist,Accounting Consultant By , Deputy MC:kj G:\GRPOATA\CONSnBO\2000\06-JUNEQO-CSA-DRS.DOC SUBJECT: AUTHORIZE PUBLIC WORKS DIRECTOR TO EXECUTE A CONSTULTING SERVICES AGREEMENT WITH HARRIS AND ASSOCIATES, INC. DATE: JUNE 20, 2000 PAGE 2 OF 2 Ill. Reasons for Recommendations and Background: The construction contract for the Delta Road Bridge Replacement Project was awarded to the lowest responsible bidder on June 20, 2000. Construction activities are expected to begin on July 17, 2000 and the Consulting Services Agreement is due to expire on December 30, 2000. The construction management services include construction engineering, project management and construction inspection. Harris &Assoctiates, Inc. was selected for the contract from a field of nine consulting firms. IV. Consequences of Negative Action: If the Consultant Services Agreement with Harris & Associates, Inc. is not approved, it may not be possible to complete construction of the approved project. 0,5 TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: JUNE 20, 2000 SUBJECT: AUTHORIZE THE PUBLIC WORKS DIRECTOR TO EXECUTE A CONSULTING SERVICES AGREEMENT WITH MK CENTENNIAL FOR THE VALLEY VIEW ROAD RECONSTRUCTION PROJECT IN THE AMOUNT OF $45,000.00, PROJECT NO. 0662- 6R4274-00, EL SOBRANTE AREA UpeCit c Request(s) or ecommen a on a BORN= us ca ion 1. Recommended Action: AUTHORIZE the Public Works Director to execute a Consulting Services Areement with MK Centennial for the Valley View Road Reconstruction Project in the amount of 945,000.00. II. Financial lmpact: There will be no impact on the County General Fund. The Consulting Services Agreement is for $45,000.00 and shall be paid for by Measure C Funds (100%). Continued on attachment: X yes SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON: TIS, 2000 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy of an X UNANIMOUS(ABSENT ) action taken and entered on the minutes of the Board of AYES: NOES: ABSENT: ABSTAIN: Supervisors on the date shown. Contact: Mike Carlson,(925)313-2321 ATTESTED: JUNE 20, 2000 Orig.Div.: PW(Constr) PHIL BATCHELOR, Clerk of the Board of Supervisors and cc: Auditor-Controller E.Kuevor,CAO County Administrator R.Bruno,Construction R.Gilchrist,Accounting Consultant By , Deputy MC:kj G:\GRPDATA\CONSnBO\2000\06-JUNE\20-CSA-WSR.DOC SUBJECT: AUTHORIZE PUBLIC WORKS DIRECTOR TO EXECUTE A CONSTULTING SERVICES AGREEMENT WITH MK CENTENNIAL DATE: JUNE 20, 2000 PAGE 2OF2 111. Reasons for Recommendations and Background: The construction contract for the Valley View Road Reconstruction Project will be awarded to the lowest responsible bidder on June 27, 2000. Construction activities are expected to begin on July 24, 2000 and the Consulting Services Agreement is due to expire on November 30, 2000. The construction management services include: construction engineering, project management and construction inspection. MK Centennial was selected for the contract from a field of nine consulting firms. IV. Consequences of Negative Action: If the Consultant Services Agreement with MK Centennial is not approved, it may not be possible to complete construction of the approved project. T3: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: JUNE 20, 2000 SUBJECT: CONTRACT AWARD RECOMMENDATION: DELTA ROAD BRIDGE REPLACEMENT, PROJECT NO. 0662-684216-95, KNIGHTSEN AREA SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Rick Armstrong Engineering&Building Contractor,Inc.,the low bidder,who has also met the requirements of the County's Disadvantaged Business Enterprise Contract Compliance Program, in the amount of$749,844.82 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$749,844.82 and$749,844.82, 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 co act signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. Continued on Attachment: X Yes SIGNATURE: RECOMMENDATION OF BOARD COMMITTEE —APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON JUNE 20, 2000 APPROVED AS RECOMMENDED OTHER VOTTTE OF SUPERVISORS UNANIMOUS(ABSENT NONE ) AYES: NOES: ABSENT: ABSTAIN: RB:kj g:\gMdata\wnsrbo\2000\06 juno\20-drbr-award.doe Orig.Div.Public Works(Construction) Contact: Mike Carlson(925)313-2320 1 hereby certify that this is a true and correct copy of an cc: County Admin action taken and entered on the minutes of the Board of Auditor-Controller Public Works Supervisors on the date shown. -Accounting,R.Gilchrist -Construction-R.Bruno -Design ATTESTED: JUNE 20, 2000 70033arket St. p S.B.E. 'HIL BATCHELOR, Clerk of the Board of Supervisors and San Francisco,CA 94103-1000 County Administrator Contractor By t , Deputy w SUBJECT: Contract Award Recommendation: Delta Road Bridge Replacement,Project No.0662-6R4216-95 , Knightsen area BOARD DATE: June 20,2000 PAGE 2 of 2 L 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 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 Rick Armstrong Engineering &Building Contractor, 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 Highway Bridge Rehabilitation and Replacement (80%) and Road Funds (20%). III RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on May 16, 2000. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, June 6, 2000. The construction bids received were as follows: 1. Rick Armstrong Engineering ...............................................................................$749,844.82 2. Frontier Contracting, Inc. ................................... .$867,997.80 ................................................ 3. Lucas Marine Construction .................................................................................$888,835.96 4. Dutra Materials .................................................................................................$1,094,383.50 5. A.J. Vasconi General Engineering ....................................................................$1,194,825.00 The Engineer's estimated construction cost was $731,264.50. w C'6 TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: JUNE 20, 2000 SUBJECT: CONTRACT AWARD RECOMMENDATION: LORINO AVENUE RECONSTRUCTION PROJECT, PROJECT NO. 0662-6R4272-00, CROCKETT AREA. SPECIFIC REQUESTS)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to MCK Services, Inc., the low bidder, in the amount of$70,915.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of $70,915.00 and $70,915.00, 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 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 certifi to of insurance. Continued on Attachment: X SIGNATURE: l RECOMMENDATION OF BOARD COMMITTEE —APPROVE —OTHER SIGNATURE(S): ACTION OF BOARD ON JUNE 20, 2000 APPROVED AS RECOMMENDED__X OTHER VOTE OF SUPERVISORS X UNANIMOUS{ABSENT NONF: ) AYES: NOES: ABSENT: ABSTAIN: I hereby certify that this is a true and correct copy RB:ki 1\pws4\shardata\grpdata\const\bo\2000\05-june\20-lar-award.doc of an action taken and entered on the minutes o Orig.Div.: PW(Constr) the Board of Supervisors on the date shown. Contact: Mike Carlson(925)313-2320 cc: County Administrator Auditor-Controller JUNE 20, 2000 Public Works; ATTESTED: -R.Bruno,Construction PHIL BATCHELOR, Clerk of the Board of -R.Gilchrist,Accounting -Design Supervisors and County Administrator -Transp.Engin. S.B.E. 703 Market St. San Francisco,CA 94103-1000 By 9Deputy Contractor (9 of 2) SUBJECT: Contract Award Recommendation: Loring Avenue Reconstruction Project, Project No. 0662-6114272-00, Crockett area. BOARD DATE: June 20, 2000 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 MCK Services, 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 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 May 2, 2000. The bids were received and opened at 255 Glacier Drive, Martinez, California, on Tuesday, June 6, 2000. The construction bids received were as follows: 1. MCK Services, Inc....................................................................................$70,915.00 2. Vargas & Esquivel Construction, Inc. ......................................................$79,635.00 3. Bruce Carone Grading & Paving, Inc. .....................................................$91,518.00 2. J.A. Gonsalves & Son Construction ........................................................$98,792.00 The Engineer's estimated construction cost was $75,845.00. (2 of 2) TCS: BOARD OF SUPERVISORS lir FROM: MAURICE SHIU, PUBLIC WORDS DIRECTOR DATE: June 20, 2000 SUBJECT: Approve plans and specifications and Concur in the Public Works Director's Award to the Lowest Responsible Bidder for the Oakley Curb Ramp Project in the Oakley area. Project No.: 4660-6X4903-99, CDD-CP# 00-08 !specific Request(s) or Recommendations) & Background & Justification 1. RECOMMENDED ACTION: APPROVE the Plans and Specifications for Oakley Curb Ramp Project Phase 2 and CONCUR with the Public Works Director's award and execution of the contract with William G. McCullough Co. in accordance with Section 22032 (b) of the Public Contract Code. 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 Contraqt Cade. Continued on Attachment: X SIGNATURE: _RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON JMT 20, TnO 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 VOTE OF SUPERVISORS date shown. X UNANIMOUS (ABSENT NONE ) AYES: NOES: ABSENT: ABSTAIN: ATTESTED: JUNE 20, 2000 BF:sg PHIL BATCHELOR, Clerk of the Board of G:\Grpdata\Design\Board Orders\BO 2000\PW Directors Award 6-20.doc Supervisors and County Administrator Orig.Div: Public Works(Design Division) Contact: Bill Fernandez(313-2294) cc: E.Kuevor,CAO Auditor-Controller Community Development By PW Accounting Dey Construction 0 SUBJECT: Approve Plans and Specifications for the Oakley Curb Ramp Project Phase 2 in the Oakley area. Project No. 4660-6X4903-99, CDD-CP # 00-08. DATE: June 20, 2000 PAGE: 2 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 William G. McCullough Co. 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 IMPACT: The project is funded by Community Development Block Grant Funds (25%) and City of Oakley (75%). Ill. REASONS FOR RECOMMENDATION/BACKGROUND: The project is needed to upgrade pedestrian facilities as required by the Americans with Disabilities Act. Public Contract Code 22032 (b) allows contracts below $50,000 to use informal procedures. Contra Costa County Public Works Department, acting as the Engineering Staff for the City of Oakley, informally advertised the Oakley Curb Ramp Project on May 2, 2000 for bids to be received on May 30, 2000 at 2:00 p.m. The bids were received and opened at 255 Glacier Drive, Martinez, California on May 30, 2000. SUBJECT: Approve Plans and Specifications for the Oakley Curb Damp Project Phase 2 in the Oakley area. Project No. 4660-6X4903-99, CDD-CP # 00-08. DATE: June 20, 2000 PAGE: 3 The Construction bids received were as follows: 1. William G. McCullough Company ...........................$27,085.00 2. Van Guard Construction........................................$32,150.00 3. Hess Construction Company, Inc. .........................-$36'590.00 The Engineers estimated construction cost was $27, 500. 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 Director of the City of Oakley Community Development reviewed and approved the project on February 21, 2000 and determined the project to be exempt from the California Environmental Quality Act as a Class 1C Categorical Exemption. A Notice of Exemption was filed with the County Clerk on March 24, 2000, that the project will have a significant effect on the environment. IV. CONSEQUENCES OF NEGATIVE ACTION: If the project is not approved it will not be constructed. TO: BOARD OF SUPERVISORS , FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: June 20, 2000 SUBJECT: Approve Addendum No. 1 for the Valley View Road Reconstruction Project, in the EI Sobrante Area. Project No. 0662-6R4274-00 Specific Request(s) or Recommendations) & Background & Justification 1. RECOMMENDED ACTION: APPROVE prior issuance of Addendum No. 1 for the Valley View Road Reconstruction Project. 1111. FINANCIAL IMPACT: This Addendum has no financial effect on the project budget or the General Fund. This project is funded by Measure C (100%). Continued on Attachment: X SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON JUNE 2011 2000 APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy X UNANIMOUS (ABSENT NONE ) of an action taken and entered on the minutes of AYES: NOES: the Board of Supervisors on the date shown. ABSENT: ABSTAIN: AK:sg G:\Grpdata\Daslgn\Board OrderatEO 2000\}allay View Rd Rsoon Add 1.doo ATTESTED:ITT ESTER. JUNE 20, 2000Orfg.Div: Public Works(Design Division Contact: Allison Knapp(3PHIL BATCHELOR, Clerk of the Board of cc: County Administratorrator,,E..Kuevor Auditor-Controller PW Accounting Supervisors and County Administrator Construction Community Development-A.Woods By Deputy SUBJECT: Approve Addendum No. 1 for the Valley View Road Reconstruction Project, in the El Sobrante area. Project No. 0662-684274-00 DATE: PAGE: 2 111. REASONS FOR RECOMMENDATIONIBACKGROUND: On May 16, 2000, the Board of Supervisors approved plans and specification for this project. Addendum No. 1 is needed to include the Sample Bid Bond in the bid package for the project. IV. Consequences of Negative Action: If Addendum No. 1 is not approved, bidder may not submit the proper Bid Bond documentation.