Loading...
HomeMy WebLinkAboutMINUTES - 05062003 - C1-C5 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on May 6, 2403, by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE DISTRICT .III SEAT VACANT SUBJECT: Award of Contract for John Glenn Drive Overlay Project, Concord Area. Project No. 0662-6R4232-03 Bidder Total Amount Bond Amounts Top Grade Construction, Inc. $99,239.00 Payment: 50 Contractors Street $99,239.00 Livermore, CA 94551 Performance: $99,239.00 MCK Services, Inc. Bay Cities Paving & Grading, Inc. Concord, CA Concord, CA North Bay Construction, Inc. J. W. Riley& Son, Inc. Petaluma, CA Emeryville, CA Granite Construction B&B Grading &Paving, Inc. Watsonville, CA Concord, CA El Camino Paving, Inc. Fanfa Inc. Sunnyvale, CA San Lorenzo, CA R.edgwick Construction Company Hayward, CA Harold Hutson Construction Crockett, CA Sierra Equipment Rental, Inc. Richmond, CA Ghilotti Construction Company Santa Rosa, CA 4 SUBJECT: AWARD OF CONTRACT FOR JOHN GLENN DRIVE OVERLAY PROJECT, CONCORD AREA. DATE: MAY 6,2063 PAGE: 2 OF 3 The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on March 18, 2003; and The general prevailing rates of wages, which shall be the minimum rates paid on this project,having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1(c)categorical exemption, and a Notice of Exemption having been filed with the County Clerk on February 11, 2003; and The bidder listed first above, Top Grade Construction, Inc. ("Top Grade"), having submitted the lowest responsive and responsible bid, which is $15,611.30 less than the next lowest bid; and The Contract Compliance Officer having reported that Top Grade has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; and The Director of Public Works recommending that the bid submitted by Top Grade is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that Top Grade, as the lowest responsive and responsible bidder, has documented an adequate good faith effort to comply with the specifications and the requirements of the County's Outreach Program; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Top Grade at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works is authorized to sign the contract for this Board; and SUBJECT: AWARD OF CONTRACT FOR JOHN GLENN DRIVE OVERLAY PROJECT, CONCORD AREA. DATE: MAY 6,2003 PAGE: 30173 The Board FURTHER.ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Top Grade be invalidated for any reason, the Board would not in any event have awarded the contract to 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). Contact:Mike Carlson,(925)313-2321 Orig.Div.:M(Constr) cc: Auditor-Controller I hereby certify that this is a true and correct copy of an action R.KuevBruno, otaken and entered on the minutes of the Board of Supervisors on R. o,Constast ruction p Accounting the date shown. Consultant Design County Counsel MAY 06 2003 Contractor ATTESTED: Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator 6:,GRPDATA\CONSr,BO\2003VA WARD-Jb}JNGLENNOVERLAY.DOC By Deputy THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on May 6, 2003, by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE DISTRICT III SEAT VACANT SUBJECT: Award of Contract for Bayo Vista Area Curb Ramp Project, Rodeo Area. Project No. 0662-6R4150-03 Bidder Total Amount Bond Amounts Vanguard Construction $65,253.00 Payment: 1010 Thirty-Ninth Avenue $65,253.00 Oakland, CA 94601 Performance: $65,253.00 Bay Hawk, Inc Pinole, CA Sposeto Engineering, Inc. Union City, CA P.C.S. Construction Pleasant Hill, CA Ghilotti Construction Company Santa Rosa, CA Lucas Concrete, Inc. Fremont, CA Metropole Lake Forest, CA Hess Concrete Construction Company American Canyon, CA J.A. Gonsalves &.Son Napa, CA 41 SUBJECT: AWARD OF CONTRACT FOR BAYO VISTA AREA CURB RAMP PROJECT, RODEO AREA. DATE: MAY 6,2003 PAGE: 2 OF 3 The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on April 1, 2003; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1(c)categorical exemption, and a Notice of Exemption having been filed with the County Clerk on July 7, 2001; and The bidder listed first above, Vanguard Construction("Vanguard"), having submitted the lowest responsive and responsible bid, which is $11,647.00 less than the next lowest bid; and The Director of Public Works recommending that the bid submitted by Vanguard is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Vanguard at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works is authorized to sign the contract for this Board; and SUBJECT: AWARD OF CONTRACT FOR BAYO VISTA AREA CURB RAMP PROJECT, RODEO AREA. DATE: MAY 6,2003 PAGE: 3 OF 3 The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract,pursuant to Public Contract Code Section 22300; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Vanguard be invalidated for any reason, the Board would not in any event have awarded the contract to 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). Contact:Mike Carlson,(925)313-2321 Orig.Div.:PW(Constr) cc: Auditor-Controller I hereby certify that this is a true and correct copy of an action E.Kuevor,CAO Bruno, R.Bruno,Construction taken and entered on the minutes of the Board of Supervisors on Accounting the date shown. Consultant Design County Counsel MAY 06 2003 Contractor ATTESTED: � Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator G:\GRPDATA\CONST,BO\2003\A W ARD•9AYO VISTACUMRAMP.DOC By��—� "_ ,Deputy TME BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on May 6, 2003, by the following vote: .AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAUL.NIER NOES: NONE ABSENT: NONE ABSTAIN: NONE DISTRICT III SEAT VACANT SUBJECT: Award of Contract for Kirker Pass Road AC Open Grade Overlay Project, Clayton Area. Project No. 0662-6U4021-03 Bidder Total Amount Bond Amounts MCK Services, Inc. $231,321.40 Payment: P.O. Box 5697 $231,321.40 Concord, CA 94524 Performance: $231,321.40 Top Grade Construction, Inc. Livermore, CA Granite Construction San Jose, CA North Bay Construction, Inc. Petaluma, CA Bay Cities Paving & Grading Concord, CA Ghilotti Construction Company Santa Rosa, CA B &B Grading&Paving,Inc. Concord, CA SUBJECT: AWARD OF CONTRACT FOR KIRKER PASS ROAD AC OPEN GRADE OVERLAY PROJECT,CLAYTON AREA. DATE: MAY 6,2003 PAGE: 2 OF 3 The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on March 25, 2003; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request;and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class l(c)categorical exemption, and a Notice of Exemption having been filed with the County Clerk on February 13, 2003; and The bidder listed first above,MCK Services, Inc. ("MCK), having submitted the lowest responsive and responsible bid, which is $36,973.60 less than the next lowest bid; and The Contract Compliance Officer having reported that MCK has documented an adequate goad faith effort to comply with the requirements of the County's Outreach Program; and The Director of Public Works recommending that the bid submitted by MCK is the lowest responsive and responsible bid, and this Board concurring and so finding, NOW,THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that MCK,as the lowest responsive and responsible bidder, has documented an adequate good faith effort to comply with the specifications and the requirements of the County's Outreach Program; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to MCK at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned'it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient,the Director of Public Works is authorized to sign the contract for this Board; and SUBJECT: AWARD OF CONTRACT FOR KIRKER PASS ROAD AC OPEN GRADE OVERLAY PROJECT,CLAYTON AREA, DATE: MAY 6,2003 PAGE: 3 OF 3 The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any cheeks or cash submitted for security shall be returned; and The Board FURTHER.ORDERS that the Director of Public Works or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract,pursuant to Public Contract Code Section 22300; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring,bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to MCK be invalidated for any reason, the Board would not in any event have awarded the contract to 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 51005107). Contact:Mike Carlson,(425)313-2321 Orig.Div.:PW(Constr) cc: Auditor.Cantroller I hereby certify that this is a true and correct copy of an action E. vor,caa R Bruno,Construction taken and entered on the minutes of the Board of Supervisors on Accounting the date shown. Consultant Design County Counsel Contractor ATTESTED: MAY 06, 2003 Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator G:IGRPDAPA\CONSnBO$ 2003\AWARD-YJRKERPASSACOVERLAY.DOC By , ,Deputy t AGENDA DATE ITEM NO. BACKGROUND NOT AVAILABLE AT THE TIME AGENDA PACKET COMPILED INFORMATION FOR THIS ITEM PREVIOUSLY FISHED ORAL REPORT TO BE GIVEN AT BOARD MEETING ERROR IN NUMBERING AGENDA ITEM DELETED DOCUMENTS ON FILE.WITH CLERK PUBLIC COMMENT MAY 02, 2003 PER PATTY MOLLOY, C.4 WAS SENT BACK TO PUBLIC WORKS. Y� el THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted.this Resolution on May 6,2003 by the following vote: AYES: NOES: ABSENT: ABSTAIN: RESOLUTION NO.20031 SUBJECT: Approve and Authorize the Public Works Director to fully close a portion of Carquinez Scenic Drive,McEwen Road, Pomona Street and partially close a portion of Cummings Skyway,Franklin Canyon Road,and Crockett Boulevard on May 11, 2003 from 6:00am through 6:OOpm, for the purpose of the 2003 United States Collegiate Cycling Championship, Crockett area. (District II) RC-03-4 (XRef E 173 80) IT IS BY THE BOARD RESOLVED that permission is granted to University of California, Berkeley to fully close Carquinez Scenic Drive,McEwen Road,Pomona Street,and partially close Cummings Skyway,Franklin Canyon Road and Crockett Boulevard,except for emergency traffic,on May 11 2003 for the period of 6:00am through 6:00pm subject to the following conditions: 1. Traffic will be detoured via traffic control plan approved by the Public Works Department. 2. All signing to be in accordance with the State of California Manual of Traffic Controls. 3. University ofCalifornia,Berkeley shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Have on file with the County Public Works Department at the Application and Permit Center a Certificate of Insurance in the amount of$1,000,000 for Comprehensive General Public Liability which names the County as an additional insured. 5. Obtain approval for the closure 65-mtll!Sheriff's Department,the California Highway Patrol and the:Fire District. I hereby 661that this is a true and correct copy of an action taken and enteric'on,the minutes of the Board of Supervisors on the date sho-47L G:\GrpData\EngSvea0C 2003\5-0"31RC-03-4 80.dw BH:rm Originator: Public works(APC) ATTESTED. Contact: Bob Hendry(335-1375) JOHN SWEETEN,Clerk of the Board of Supery sors,and County cc: CHP Administrator Sheriff-Patrol Div.Commander By Deputy RESOLUTION NO.20034 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on May 6, 2003 by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE DISTRICT III SEAT VACANT RESOLUTION NO. 2003/ 260 SUBJECT: Ratify prior decision of the Public Works Director to fully close a portion of Pacific Avenue on May 4, 2003 from 5:30am through 6:30pm, for the purpose of the 21 t Anniversary Fiesta/Buffet(2"d Annual), Rodeo area. (District II) RC-03-8 The Public Works Director having reported that prior approval has been granted to El Sol Mexican Deli to fully close Pacific Avenue, except for emergency traffic, on May 4, 2003 for the period of 5:30arn through 6:30pm, subject to the following conditions: 1. Traffic will be detoured via neighboring street per plan approved by public works. 2. All signing to be in accordance with the State of California Manual of Traffic Controls. 3. El Sol Mexican Deli shall comply with the requirements of the Ordinance Code of Contra Costa County. 4. Have on file with the County Public Works Department at the Application and Permit Center a Certificate of Insurance in the amount of$1,000,000 for Comprehensive General Public Liability which names the County as an additional insured. 5. Obtain approval for the closure from the Sheriff's Department,the California Highway Patrol and the Fire District. IT IS BY THE BOARD RESOLVED that the action taken by the Public Works Director is approved. 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. BH:rm G:\GrpWtallyngSvclBt7\2003\5-OCs-03\RC-03-8 BO.doc ATTESTED: MAY 06, 2003 Contact., Public obri a Hendry ( JOHN SWEETEN Clerk of the Board of Supervisors and County Contact., $obHendry(335-1375} s pe Administrator cc: CHP Sheriff-Patrol Div.Conanander BY . ,Deputy RESOLUTION NO.2003/ 260