Loading...
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