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