Loading...
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.