HomeMy WebLinkAboutMINUTES - 04152008 - C.81 To: BOARD OF SUPERVISORS
CONTRA
FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES y � ''s COSTA
DATE: April 15, 2008 °sr -- � COUNTY
a coux''�
SUBJECT: MEDIAN LANDSCAPING PROJECT AT PACHECO
BOULEVARD, BETWEEN SECOND AVENUE SOUTH AND
FIRST AVENUE NORTH, PACHECO FOR THE PUBLIC WORKS
DEPARTMENT
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION
1 . APPROVE the bid documents for the Median Landscaping Project, Pacheco Boulevard,
between Second Avenue South and First Avenue North, Pacheco, including Plans,
Specifications, and General Conditions.
2. WHEREAS the Board has previously found on November 14, 2006 that the project is a
California Environmental Quality Act (CEQA) Class 4 (b) Categorical Exemption and the Director
of Community Development, or designee, has filed a Notice of Exemption with the County Clerk.
3. AUTHORIZE the General Services Director, or designee, to advertise for bids to be received on
May 22, 2008 at 2:00 p.m. and to issue bid Addenda, as needed for clarification of the bid
documents, provided the involved changes do not significantly increase the cost estimate for the
initial construction contract.
FINANCIAL IMPACT
Funding is budgeted in the Public Works Department's Countywide Landscape District, Pacheco
Zone 5, Assessment Fees Fund. The estimated construction cost is $314,000 (base bid plus additive
alternate).
BACKGROUND
The project involves the renovation of one or possibly two median islands on Pacheco Boulevard
between Second Avenue South and First Avenue North in Pacheco. The base bid work is for one
median island (between Second Avenue South and Center Avenue), and the additive alternate work
is for the other median island (between Center Avenue and First Avenue North). The renovation
includes new irrigation, groundcover plantings, shrubs, trees, and pavers. Pacheco Boulevard will
remain open with one lane of traffic in each direction at all times. The median island improvements
will enhance the entrance into Pacheco as well as the streetscape.
CONTINUED ON ATTACHMENT: X _YES SIGNATURE: ,
✓RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOA6� APPROVED AS RECOMMENDED K_ OTHER
VOTE OF SUPERVISORS
UNANIMOUS(ABSENT )
AYES: 1 OES:
ABSENTS: ABSTAIN:
MEDIA CONTACT: MICHAEL J. LANGO(313-7100)
Originating Dept.: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE
cc: General Services Department AND CORRECT COPY OF AN ACTION TAKEN
Capital Projects Management Division AND ENTERED ON THE MINUTES OF THE BOARD
Accounting OF SUPERVISORS ON THE D TE SHOWN.
CPM File. 265-0801/B.4.1
265-0801/A.5 ATTESTED 4y IQ
County Administrator's Office JOHN LLEN,C ERK 6FFTHE BOARD OF SUPERVISORS
County Counsel AN O TY ADMINISTRATOR
Auditor Controller
Public Works Department(via CPM) BYDEPUTY
Gates and Associates(via CPM) ____ T
H:\2008\2650801\08G001006bREV2.doc RW:amc Page 1 of 2 M382(10188)
MEDIAN LANDSCAPING PROJECT AT PACHECO April 15, 2008
BOULEVARD; BETWEEN SECOND AVENUE SOUTH
AND FIRST AVENUE NORTH, PACHECO FOR THE
PUBLIC WORKS DEPARTMENT
Bid documents and specifications have been prepared by Gates and Associates, Landscape
Architect for the Public Works Department, and filed with the Clerk of the Board by the General
Services Department. The general prevailing wage rates have been obtained and these shall be the
minimum rates paid on this project.
Upon the Board's authorization, the Clerk of the Board will publish a Notice to Contractors in
accordance with Public Contract Code Section 22037 inviting bids for the work. The General
Services Director, or designee, will mail notices to the construction trade journals specified in Public
Contract Code Section 22036 at least 30 days before the bid opening date.
H:\2008\2650801\08G001006bREV2.doc RW:amc Page 2 of 2 M382(10/88)
Contra Costa Times Legal No. 0002757928 L12,,�l
P O Box 4147 C�G
Walnut Creek, CA 94596
(925)935-2525
Clerk of the Board of Supervisors
June-Rm 106,651 Pine St., 1st Fl.
Martinez CA 94553-1275
PROOF OF PUBLICATION
FILE NO. 2154
In the matter of
I am a citizen of the United States and a resident of the County
aforesaid; I am over the age of eighteen years, and not a party to or
interested in the above-entitled matter.
I am the Principal Legal Clerk of the Contra Costa Times, a
newspaper of general circulation, printed and published at 2640
Shadelands Drive in the City of Walnut Creek, County of Contra
Costa, 94598
And which newspaper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Contra Costa,
State of California, under the date of October 22, 1934. Case
Number 19764.
The notice, of which the annexed is a printed copy(set in type not
small than nonpareil), has been published in each regular and entire
issue of said newspaper and not in any supplement thereof on the
following dates, to-wit:
4118/2008
1 certify(or declare) under the penalty of perjury
that the foregoing is true and correct.
Executed at Walnut Creek, California.
On this 29 day of April, 2008
Signature
DIVISION A.NOTICE TO
CONTRACTORS
(Advertisement)
Notice is hereby given
by order of the Board of
Supervisors of Contra
Costa County, that the
Director of General Serv-
ices will receive bids for
the furnishing of all la-
bor, materials, equip-
ment, transportation
and services for:
MEDIAN LANDSCAPING
PROJECT AT PACHECO
BOULEVARD, 13ETWEEN
SECOND AVENUE SOUTH
AND FIRST AVENUE
NORTH, PACHECO FOR
THE PUBLIC WORKS DE-
PARTMENT
Authorization No.
W W 0633
Bid proposals shall be
sealed and shall be sub-
mitted to the Director of
General Services, Capi-
tal Projects Manage-
ment Division Office,
1220 Morello Avenue,
Suite 100, Martinez
94553-4711,on or before
the 22nd day of May,
2008 at 2:00 p.m., and
will be opened in public
immediately after the
time due in the Capital
Projects Management
Division Conference
Room,1220 Morello Ave-
nue,Suite 100,Martinez,
California 94553-4711.
The estimated construc-
tion contract cost for
the Base Bid work is
$180,000. The estimated
construction contract
cost for the Additive Al-
ternate No. 1 work is
$134,000.
The prime contractor for
this project shall hold a
valid Class A General En-
gineering Contractor li-
cense.
The work includes the
renovation of two exist-
ing medians on Pacheco
Boulevard,one between
Second Avenue South
and Center Avenue,Me-
dian No. 3 (Base Bid
Work),and one between
Center Avenue and First
Avenue North, Median
No.4(Additive Alternate
No. 1 work), as shown
on the construction
documents.
Each bid is to be in ac-
cordance with the draw-
ingsand specifications
on file at the Office of
the Clerk of the Board of
Supervisors, First Floor,
County Administration
Building,651 Pine Street,
Martinez,California.
The drawings and speci-
fications may be exam-
ined at the County Capi-
tal Projects Manage-
ment Division office,
1220 Morello Avenue,
Suite 100,Martinez,Cali-
fornia 94553-4711. Draw-
ings and specifications
(not including docu-
ments included by refer-
ence) and proposal
forms, may be obtained
by prospective bidders
at the County Capital
Projects Management
Division office, upon
payment of a printing
and service charge in
the amount of $35.00
(sales tax included)
which amount shall not
be refundable. Draw-
ings and specifications
may be ordered by mail
for an additional ship-
ping and handling fee of
$10.00. Cash purchases
are to be for the exact
amount only. Checks
shall be made payable
to "The County of Con-
tra Costa" and may be
mailed to the Capital
Projects Management
Division, 1220 Morello
Avenue,Suite 100,Marti-
nez, California 94553-
4711. The Capital Proj-
ects Management Divi-
sion does not guarantee
the arrival of the draw-
ingsand specifications
in time for bidding.
Drawings and specifica-
tions will not be sent
overnight mail. No par-
tial sets will be issued.
Prospective bidders
may obtain copies of the
County's log of contrac-
tor plan holders on the
web at
http://www.co-contra-
costa.ca.us/depart/gsd/
pplanhold/PlanHoldList.h
tm (updated daily at
4:00 p.m.),or by calling
the Capital Projects
Management Division at
(925) 313-7200, or by
submitting a written re-
quest via FAX No.(925)
313-7299. Requests for
copies of the plan hold-
ers log cannot be ac-
cepted after 5:00 p.m.of
the day before the bids
are due.
Technical questions re-
garding the contract
documents should be di-
rected to the Capital
Projects Management
Division at telephone
number(925)313-7200.
Each bid shall be made
on the bid form issued
with the specifications,
and must be accompa-
nied by bid security in
the form of cash,a certi-
fied check cashier's
check,or bid bond in the
amount of ten percent
(10%) of the base bid
amount, made payable
to "The County of Con-
tra Costa".
The bid security shall be
given as a guarantee
that the bidder will en-
ter into a contract if
awarded the work, and
will be forfeited by the
bidder and retained by
the County if the suc-
cessful bidder refuses,
neglects or fails to enter
into said contract or to
furnish the necessary
bonds and insurance
certificates after being
requested to do so by
the County.
Bidders are hereby noti-
fied that securities may
be substituted for any
monies withheld by the
County of Contra costa
to ensure performance
under the construction
contract, in accordance
with Public Contract
Code Section 22300 and
the General Conditions
of the Contract. Such
securities shall be val-
ued by the County
Treasurer-Tax Collector,
whose decision shall be
final. Also,types of se-
curities which are not
listed in Government
Code Section 16430 or
Public Contract Code
Section 22300 must be
approved as eligible for
investment under Public
Contract Code Section
22300 by the County
Treasurer-Tax Collector
before bid opening. Un-
less such securities are
prequalified before bid
opening, they shall not
be accepted by the
County as security.
The successful bidder
will be required to fur-
nish a Payment Bond in
an amount equal to one
hundred percent(100%)
of the Contract pprice
and a Faithful Perform-
ance Bond in an amount
equal to one hundred
percent (100%) of the
Contract price, said
bonds to be secured
from an admitted surety
insurer authorized by
the Insurance Commis-
sioner to transact busi-
ness of insurance in the
State of California. Each
bond shall be issued on
the form set forth in the
specifications.
Bidders are hereby noti-
fied that pursuant to the
Statutes of the State of
California, or local law
applicable thereto, the
said Board has obtained
the general prevailing
rate of per diem wages
and rates for legal holi-
days and overtime work
in the locality in which
this work is to be per-
formed for each type of
worker or mechanic re-
quired to execute the
contract which will be
awarded to the success-
ful bidder. The prevail-
ing rate of per diem
wages is on file with the
Clerk of the Board of Su-
pervisors.
The Contra Costa Coun-
ty Board of Supervisors
encourages opportuni-
ties to develop and sup-
port Minority Business
Enterprises (MBEs),
Women Business Enter-
prises (WBEs), Small
Business Enterprises
(SBEs), Local Business
Enterprises (LBEs), and
Disabled Veterans Busi-
ness Enterprises
(DVBEs) by providing
opportunities for partic-
ipation in the perform
ante of construction
contracts financed in
whole or in part with
County funds. MBE,
WBE,SBE,LBE,and DVBE
definitions and detailed
information are includ-
ed in Division E of the
Specifications.
A pre-bid conference
will be held on May a,
2008,at 2:00 p.m.,in the
Contra Costa Counly
Capital Projects Man-
agement Division office,
1220 Morello Avenue,
Suite 100,Martinez,Cali-
fornia. The pre-bid con-
ference will review the
County's outreach pro-
gram and any other
matters of interest.
The said Board reserves
the right to reject any
and all bids or any por-
tion of any bid and/or
waive any irregularity in
any bid received. Bids
may not be withdrawn
for a period of 60 days
after the date set for
opening thereof.
BY ORDER OF THE
BOARD OF SUPERVISORS
OF CONTRA COSTA
COUNTY
JOHN CULLEN,
Clerk of the Board of
Supervisors and County
Administrator
By: Jane Pennington,
Deputy
Dated:April 15,2008
Legal CCT 2757928
Publish April 18,2008