HomeMy WebLinkAboutMINUTES - 06062000 - C1-C5 TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: JUNE 6, 2000
SUBJECT: CONTRACT AWARD RECOMMENDATION: COGGINS DRIVE OVERLAY PROJECT,
PROJECT NO. 0662-684269-00, WALNUT CREEK AREA.
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 Bauman
Landscape, Inc., the low bidder, in the amount of$109,038.40 and at the unit prices submitted;
and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in
the amounts of$109,038.40 and $109,038.40, 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, a d c fate of insurance.
Continued on Attachment: X SIGNATURE:
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON JUNE 61 2000 APPROVED AS RECOMMENDED�—OTHER
VCKTE OF SUPERVISORS NONE
_ UNANIMOUS(ABSENT }
AYES: NOES:
ABSENT: ABSTAIN:
1 hereby certify that this is a true and correct copy
RB:kj
\\\const\bo\2000\0rr}unel06-cdo-sward.doc of an action taken and entered on the minutes o
Orlg.Div.: Pw(Constr) the Board of Supervisors on the date shown.
Contact: Mike Carlson(925)313-2320
cc: County Administrator
Auditor-Controller JUNE 6, x{700
Pudic 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.
708 Market St.
San Francisco,CA 94103-1000 By r , Deputy
Contractor
(9 of 2)
SUBJECT: Contract Award Recommendation:
Coggins Drive Overlay Project,
Project No. 0662=6114269-00,Walnut Creek area.
BOARD DATE: June 6,2000
1. RECOMMENDED ACTION: (continued)
DIRECT that, in accordance with the project specifications and/or upon the execution of the
contract by the Public Warks 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 Bauman Landscape, 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).
I1. FINANCIAL IMPACT:
The project, including engineering and appropriate overhead charges, is funded by Measure C
Funds (100%).
Ill. REASONS FOR RECOMMENDATIONS AND BACKGROUND:
The plans and specifications were approved and the project advertised for bids by the Board of
Supervisors on April 18, 2000. The bids were received and opened at 255 Glacier Drive,
Martinez, California, on May 23, 2000. The construction bids received were as follows:
1. Bauman Landscape, Inc. .......................................................................$109 038.40
2. MCK Services, Inc. ................................................................................$112,625.12
3. Bruce Carone Grading & Paving, Inc. ...................................................$113,538.20
4. Vargas & Esquivel Construction ............................................................$119,679.00
5. B&B Grading & Paving ..........................................................................$131,295.11
6. J.A. Gonsalves & Son Construction, Inc. ..............................................$134,358.97
The Engineer's estimated construction cost was $119,210.80.
(2 of 2)
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: JUNE 6, 2000
SUBJECT: CONTRACT AWARD RECOMMENDATION: WEST STREET RECONSTRUCTION
PROJECT, PROJECT NO. 0662-684273-00, CROCKETT AREA.
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 J.A. Gonsalves
& Son Construction, Inc., the low bidder, in the amount of $106,961.00 and at the unit prices
submitted, and REQUIRE the contractor to present surety bonds for Payment and Faithful
Performance in the amounts of$108,961.00 and $106,961.00, 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 cern ' ate of insurance.
Continued on Attachment: X SIGNATURE: - '1
RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON JUNE 6, 2000 APPROVED AS RECOMMENDED_X_OTHER
VOTE OF SUPERVISORS
X UNANIMOUS(ABSENT NONE_ --_-}
AYES: NOES:
ABSENT: ABSTAiN:�
I hereby certify that this is a true and correct copy
Rs.ki
g:iprpdata\cpnstlbolforms-merpelawsrd.dac of an action taken and entered on the minutes of
®rig.Div.: PW(Constr) the Board of Supervisors on the date shown.
Contact: Mike Carlson(925)313-2320
cc: County Administrator
Auditor-Controller
Public Works; ATTESTED: JUNE 6, 20012
-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 5t.
San Francisco,CA 94103-1000 By , Deputy
Contractor
(I of 2)
C11—le 'd
SUBJECT: Contract Award Recommendation:
West Street Reconstruction Project,
Project No. 0662.684273-00,Crockett area.
BOARD DATE: June 6,2000
1. 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 J.A. Gonsalves & Son Construction, 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 famish 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
Funds (100%).
III. REASONS F R REK;OMMENDATIONS AND BACKGROUND:
The plans and specifications were approved and the project advertised for bids by the Board of
Supervisors on April 18, 2000. The bids were received and opened at 255 Glacier Drive,
Martinez, California, on May 23, 2000. The construction bids received were as follows:
1. J.A. Gonsalves & Son Construction, Inc. ...............................................$108,961.00
2. Vargas & Esquivel Construction ............................................................$124,7'32.00
3. Biland Construction Company ...............................................................$142,036.48
4. A.J. Vasconi General Engineering ........................................................$149,845.00
5. Bruce Carone Grading & Paving, Inc. ...................................................$354,912.00
The Engineers estimated construction cost was $88,360.00.
(2 of 2)
{ : BOARD OF SUPERVISORS #
FROM: MAURICE SHIU, PUBLIC WORKS DIRECTOR
DATE: June 6, 2000
SUBJECT: Approve plans and specifications and Advertise for bids for the Delta Road Bike lanes
Phase 3 Project in the Oakley/Knightsen area.
Project No.: 0662-6R4178-00, CDD-CP# 99-58
Specific Request(s) or Recommendation(s) & Background &Justification
1. RECOMMENDED ACTION:
APPROVE the Plans and Specifications for the Delta Road Bike Lanes Phase 3 Project and
ADVERTISE for bids to be received on Tuesday, July 11, 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. '
Continued on Attachment: X SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON JUNE 61 2000 APPROVED AS RECOMMENDED�OTHER
I hereby certify that this is a true and correct
VOTE OF SUPERVISORS copy of an action taken and entered on the
R UNANIMOUS (ABSENT None t minutes of the Board of Supervisors on the
AYES:_NOES: date shown.
ABSENT: ABSTAIN:
PW:sg
G:IGrpData\DesignV3oard OrdersiBO 20001Delta Road ATTESTED: j
uNE Bike Lanes Phase 3.doc a- { O(
PHIL BATCHELOR, Clerk of the Board of
Orig.Div: Public Works(Design Division) Supervisors and County Administrator
Contact: Pete Warden(313-2248)
cc: B.Balbas,Acting City Engineer
E.Kuevor,CAO
Auditor-Controller
Community Development By
PW AccountingconDe L7
Construction
G
SUBJECT: Approve Plans and Specifications and Advertise for bids for the Delta Road Bike Lanes
Phase 3 Project in the Oakley/Knightsen area.
Project No. 0662-684178-00, CDD-CP # 99-58
DATE: June 6, 2000
PAGE: 2
11. FINANCIAL IMPACT:
The estimated contract cost of the project is $217,400, funded by TDA Grant (32°1%), Measure C
(37°l%), City of Oakley (31%,).
111. REASONS FOR RECOMMENDATION/BACKGROUND:
The project is needed to complete the bike lanes from the Knightsen Elementary school to the
Marsh Creek bike path to provide a safe route for bicycle traffic along Delta Road.
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 September 21, 1999 and determined the project
to be exempt from the California Environmental Quality Act as a Class 4H Categorical Exemption.
A Notice of Exemption was filed with the County Clerk on September 23, 1999.
IV. CONSEC2UENCES OF NEGATIVE ACTION:
If the project is not approved for advertising, it will not be constructed.
TO: u. BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: JUNE 6, 2000
SUBJECT: AUTHORIZE PURCHASE ORDER TO D.E. SERPA TRUCKING FOR TRUCK
TRANSPORT SERVICE FOR THE 2000 CHIP SEAL PROGRAM.
No.: 0672-6U2160, 0672-602161, 0672-6U2163
SPECIFIC REOUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
AUTHORIZE the issuance of a purchase Order in the amount of $144,900.00 to D.E. Serpa
Trucking of Martinez, CA for truck transport services required for the 2000 Chip Seal Program.
IL Financial Impact:
Road funds in the amount of$144,900.00 are available for this planned activity.
Continued on Attachment: SIGNATURE: - - - -
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
—APPROVE OTHER
TUREISI-
ACTION OF BOARD ON JUNE 61 2000 APPROVED AS RECOMMENDED �_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 DONE__ )
AYES: NOES: ATTESTED: JUNE 61 2000
ABSENT: ABSTAIN: PHIL BATCHELOR,Clerk of the Board of Supervisors and
DP:sd County Administrator
GAGrpData%Maint\Sherr1V3oard OrdersZerpa Trucking 8.6,doc
Orig,ON: Public Works(Maintenance)
Contact: Dan Pallegrini(313.7020)
CW CAO By Deputy
General Services,Purchasing
Auddor Controller
SUBJECT: AUTHORIZE PURCHASE ORDER TO D.E. SERPA TRUCKING FOR TRUCK
TRANSPORT SERVICE FOR THE 2000 CHIP SEAL PROGRAM.
No.: 0672-602160, 0672`6U2161, 0672-6U2163
DATE: JUNE 6, 2000
PAGE: 2
III. Reasons for Recommendations and Background:
The placement of rock chip seal to resurface County roads is a long established preventative
maintenance practice. It is not economical for the Public Works Department to own and operate
the number of trucks necessary to support the chip seal program. Trucking service has historically
been procured from outside venders.
The General Services Department's Purchasing Division solicited bids for truck transportation
services from three vendors. The vendors submitted bids in the following amounts:
D & E Serpa Trucking $144,900.00
Royal Trucking $144,900.00
A.G. Schwartz Trucking $147,000.00
D & E Serpa submitted their bid prior to Royal Trucking. Since two vendors with the lowest
responsible bids responded with the same amount, it is recommended that the award be based
on the order of submittal.
IV. Consequences of Negative Action:
The chip seal program cannot proceed as planned without vendor furnished trucking services.
BOARD OF SUPERVISORS C,
FROW MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
GATE: June 6, 2000
SUBJECT: AUTHORIZE PURCHASE ORDER TO UNIVERSAL SWEEPING SERVICES FOR STREET
SWEEPING FOR THE 2000 CHIP SEAL PROGRAM
PROJECT NO.:0672-6U2160, 0672-6U2161, 0672-6U2163
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
AUTHORIZE the issuance of a purchase order in the amount of $58,500.00 to Universal
Sweeping Services of San Jose, CA for street sweeping required for the 2000 Chip Seal Program.
II. Financial Impact:
Road funds in the amount of$58,500.00 are available for this planned activity.
Continued on Attachment:�X_ SIGNATU
_RECOMMENDATION OF COUNTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
QQWURE(S):
ACTION OF BOARD ON ,TUNE 6 y 2000 APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
X UNANIMOUS(ABSENT NONE ) I hereby certify that this is a true and correct copy of an action
AYES: NOES: taken and entered on the minutes of the Board of Supervisors
ABSENT: ABSTAIN: on the date shown.
DP:sd
G:\GrpData\Maint\Sherri\Board Orders\Sweeping".doC ATTESTED: JUNE 6 2000
Orig.Div: Public Works(Maintenance) PHIL BATCHELOR
Contact: Dan Pellegrini,313.702f3 ,Clerk of the Board of Supervisors and
cc: County Admin. County Administrator
Gen.Sam,Purchasing
Auditor Controller
Contractor
P.W.Accounting
By , Deputy
SUBJECT: AUTHORIZE PURCHASE ORDER TO UNIVERSAL SWEEPING SERVICES FOR STREET
SWEEPING FOR THE 2000 CHIP SEAL PROGRAM
PROJECT NO.:0672-6U2160, 0672-6U2161, O672-6U2163
GATE. June 6, 2000
PAGE. 2
Ill. Reasons for Recommendations and Background;
The placement of rock chip seal to resurface County roads is a long established preventative
maintenance practice. In order to assure complete coverage of asphalt applied to the old road
surface, excess rock chips are distributed and must be removed by sweeping. It is not economical
for the Public Works Department to own and operate the number of sweepers necessary to
support the chip seal program. Sweeping service has historically been procured by purchase
order.
The General Services Department's Purchasing Division solicited bids for sweeping services from
four vendors. The vendors responding to the solicitation and the amounts bid are the following:
Universal Sweeping $58,500.00
Piazza Sweeping $59,200.00
Enviro-Commercial Sweeping $62,132.00
IV. Consequences of Ne„ gatve Action:
Without vendor furnished sweeping services, aggregate chips will remain on the pavements for
extended periods of time.