HomeMy WebLinkAboutMINUTES - 05122009 - C.01RECOMMENDATION(S):
APPROVE plans and specifications; AWARD and AUTHORIZE the Public Works
Director, or designee, to execute a contract in the amount of $100,973.00 to Steiny &
Company, Inc., the lowest responsive and responsible bidder for the Delta De Anza Trail
Gap Closure project, Bay Point area. (74.9% State Transportation Improvement Program
and 25.1% Local Road Funds)
FISCAL IMPACT:
Project will be funded by 74.9% State Transportation Improvement Program and 25.1%
Local Road Funds)
BACKGROUND:
The Public Works Department received bids from the following contractors:
BIDDER TOTAL AMOUNT BOND AMOUNTS
Steiny & Company, Inc. $100,973.00 Payment: $100,973.00
27 Sheridan Street
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 05/12/2009 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I
Supervisor
Gayle B. Uilkema, District II
Supervisor
Mary N. Piepho, District III
Supervisor
Susan A. Bonilla, District IV
Supervisor
Federal D. Glover, District V
Supervisor
Contact: Kevin Emigh,
313-2233
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.
ATTESTED: May 12, 2009
David J. Twa, County Administrator and Clerk of the Board of Supervisors
By: EMY L. SHARP, Deputy
cc: Emma Kuevor, Janet Dowling, Kathy Guruwaya
C. 1
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:May 12, 2009
Contra
Costa
County
Subject:Delta De Anza Trail Gap Closure, Project # 0662-6R4001-08; AWARD and AUTHORIZE execution of
contract
BACKGROUND: (CONT'D)
Performance: $100,973.00
Vallejo, CA 94590
W. Bradley Electric, Inc.
Novato, CA 94945
Tennyson Electric, Inc.
Livermore, CA 94550
Columbia Electric, Inc.
San Leandro, CA 94577
Angelo Utilities
Stockton, CA 95205
Cinray Construction
Antioch, CA 94531
Ray’s Electric
Oakland, CA 94606
The above-captioned project having been previously approved, and the plans and
specifications having been prepared by, filed with, and approved by the Board of
Supervisors, Addendum No. 1 having been issued, and bids having been duly invited and
received by the Director of Public Works on April 21, 2009, 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 (c) 1 Categorical Exemption, and a Notice of
Exemption having been filed with the County Clerk on November 14, 2006; and
The bidder listed first above, Steiny & Company, Inc., having submitted the lowest
responsive and responsible bid, which is $4,827.00 less than the next lowest bid; and
The Director of Public Works recommending that the bid submitted by Steiny & Company,
Inc. 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 Steiny & Company, Inc. 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 therefore;
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, or designee, is authorized to sign the
contract for this Board; and
The Board FURTHER ORDERS that in accordance with the project specifications and/or
upon signature of the contract by the Director of Public Works, or designee, 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 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 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 Steiny & Company, Inc. 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 re-awarding 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).
CONSEQUENCE OF NEGATIVE ACTION:
The Delta De Anza Trail Gap Closure project would not be built.