92% Measure WW Funds and 8% General Funds
Voter approved Measure WW allocated grant funds to local parks for improvements. District I staff and community stakeholders in the San Pablo area recommended allocation of the Measure WW funds to Montalvin and MonTaraBay Parks for improvements. On October 3, 2013, County staff reported to the Transportation, Water and Infrastructure Committee (TWIC) with a recommendation for this project in CSA M-17 (San Pablo). Improvements for Montalvin Park will consist of renovation and replacement of the playground, asphalt paths, and picnic tables and chairs. Montalvin Park is experiencing erosion along the eastern slope leading to the park and the parking lot is experiencing flooding. The project will address the erosion and flooding issues with erosion control plantings, minor grading, a drainage swale, and renovation of the existing drainage system. Three (3) trees will also be planted near the picnic tables for shade. Improvements for MonTaraBay Park will consist of rehabilitation of a trash enclosure adjacent to the community center, replacement of existing landscaping, replacement of concrete walkway from the parking lot to the park for ADA access, storm drain lines, and baseball field drainage and irrigation.
The Board found this project is a California Environmental Quality Act (CEQA), Class 2 Categorical Exemption, pursuant to Article 19, Section 15302 of the CEQA Guideline during the February 11, 2014 board meeting.
Plans and specifications for the project have been prepared for the Public Works Department by Stantec Architecture, Inc. and filed with the Clerk of the Board by the Public Works Director. Bids were received and opened by the Public Works Department on September 15, 2016, and bids were as follows:
BIDDER |
TOTAL BASE BID |
Suarez & Munoz Construction, Inc. |
$310,000 |
McNabb Construction Co., Inc. |
$319,333 |
Cleary Bros. |
$338,954 |
A & E Emaar Company |
$379,000 |
All the bids received were more than the Architect's Estimate of $251,000. Staff has determined that the bids are within the normal range for projects of this nature and that sufficient funds are available.
Staff has evaluated the low bid submitted by Suarez & Munoz Construction, Inc. and their good faith effort documentation. Suarez & Munoz Construction, Inc.’s bid is responsive and their good faith effort documentation is in compliance with the County's Outreach Program. The Public Works Director recommends that the Board award the construction contract to Suarez & Munoz Construction, Inc., the lowest responsive and responsible bidder, in the amount of $310,000.
The general prevailing rates of wages, which shall be the minimum rates paid on this project, are on file with the Clerk of the Board, and copies are available to any party upon request.
If the project is not approved, the grant funds would be diverted to another agency project and the project would not be constructed.