COUNTY OF SAN MATEO

Inter-Departmental Correspondence

Department of Public Works

 

DATE:

May 15, 2007

BOARD MEETING DATE:

May 22, 2007

SPECIAL NOTICE/HEARING:

None

VOTE REQUIRED:

Majority

 

TO:

Honorable Board of Supervisors

FROM:

James C. Porter, Director of Public Works

SUBJECT:

Reconstruction of California and Cornell Avenues in the Princeton Area, County Roads Nos. 963 and 964
(Project No. RR063/RR064, F-116 [200-1A])

 

Recommendation

Adopt a resolution awarding and authorizing execution of a contract for the reconstruction of California and Cornell Avenues in the Princeton Area.

 

Vision Alignment

Commitment: Ensure basic health and safety for all.

Goal 7: Maintain and enhance the public safety of all residents and visitors.

 

Adoption of this resolution contributes to this commitment and goal by substantially improving the condition of the road for the benefit of the public.

 

Background

Previous Board Action

1.

Adopted resolutions establishing minimum road standards and a priority list for road improvements in the Princeton Area.

   

2.

Adopted Resolution No. 068627 on March 27, 2007, which adopted plans and specifications, determined prevailing wage scales and called for sealed proposals for the above-mentioned project.

 

History

Cornell Avenue between Airport Avenue and California Avenue and California Avenue between Cornell Avenue to Prospect Way are the next streets on the Princeton by the Sea road priority list adopted by your Board that are proposed for reconstruction. On Tuesday, April 24, 2007, bids were accepted for this project and subsequently referred to this office for checking and recommendation.

 

Discussion

The bids have been checked and the bid by:

 

Half Moon Bay Grading and Paving, Inc.,

1780 Higgins Canyon Road, Half Moon Bay, CA 94019-2522;

 

at $381,909.00 was the lowest bid received.

 

The Engineer’s estimate was $437,000. A summary of the bids received is illustrated on Exhibit “A”:

 

The Contract includes all required contract provisions, and the Contractor has documented compliance with all relevant provisions, including the equal benefits and jury duty pay provisions of the County ordinance code.

 

Reimbursement for the cost of doing work for the Coastside County Water District, and the Granada Sanitary District will be covered by agreements executed by the Director as authorized by your Board.

 

A resolution has been approved as to form by County Counsel.

 

Fiscal Impact

The total estimated cost for construction is $420,000.00, which includes a ten percent (10%) contingency (approximately $38,091) as the work is bid on a unit price basis (i.e., tons of asphalt concrete placed, cubic yards of concrete installed). The contingency is used to pay the contractor for any additional material placed for the various bid items as the actual quantity used depends on the unit weight and actual limits of the construction project, or to pay for added work resulting from unforeseen conditions not anticipated in the construction contract documents.

 

Exhibit “A” illustrates the proposed financing for this project.

 

Your Board authorized the Director of Public Works to execute agreements with utility agencies for utility type work costing less than $50,000 proposed to be done in conjunction with road projects.

 

Funds have been appropriated in both the Road Fund and the Roadway Improvement Fund to finance this work.

 

There is no impact to the General Fund.

 

Attachment: Exhibit “A”