HomeMy WebLinkAboutMINUTES - 06282011 - C.06RECOMMENDATION(S):
(1) APPROVE plans, specifications, and design for the above project.
(2) DETERMINE that the bid submitted by Grade Tech, Inc. ("Grade Tech") is
non-responsive in that Grade Tech did not meet the 14.48% Underutilized Disadvantaged
Business Enterprise (UDBE) goal for this project and did not demonstrate good faith efforts
to meet the UDBE goal and requirements for this project, as described in more detail in this
Board Order, the attachments to it, and any oral written information submitted to the Board.
(3) DETERMINE that the bid submitted by SCQ Construction (“SCQ”) is non-responsive in
that SCQ did not meet the 14.48% Underutilized Disadvantaged Business Enterprise
(UDBE) goal for this project and did not demonstrate good faith efforts to meet the UDBE
goal and requirements for this project, as described in more detail in this Board Order, the
attachments to it, and any oral and written information submitted to the Board.
(4) DETERMINE that the bid submitted by Maggiora & Ghilotti, Inc. (“Maggiora &
Ghilotti”), exceeded the UDBE goal for this project and that Maggiora & Ghilotti submitted
the lowest responsive
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 06/28/2011 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
Karen Mitchoff, District IV
Supervisor
Federal D. Glover, District V
Supervisor
Contact: Kevin Emigh,
925-313-2233
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: June 28, 2011
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Carrie Del Bonta, Deputy
cc:
C. 6
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:June 28, 2011
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Alhambra Valley Road Safety and Bicycle
Facility Improvements Project, Project # 0662-6R4095
RECOMMENDATION(S): (CONT'D)
and responsible bid for this project.
(5) AWARD the construction contract for the above project to Maggiora & Ghilotti in the
listed amount ($712,712.00) and the unit prices submitted in the bid and DIRECT that
Maggiora & Ghilotti shall present two good and sufficient surety bonds as indicated
below, and that the Director of Public Works, or designee, shall prepare the contract.
(6) ORDER that, after the contractor has signed the contract and returned it, together with
the bonds as noted below 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.
(7) ORDER 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.
(8) ORDER 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.
(9) DELEGATE, pursuant to Public Contract Code Section 4114, to the Director of
Public Works, or designee, the Board’s functions under Public Contract Code Sections
4107 and 4110.
(10) DELEGATE, pursuant to Labor Code Section 6705, 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.
(11) DECLARE that, should the award of the contract to Maggiora & Ghilotti 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 in this Board Order 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).
FISCAL IMPACT:
The construction contract and associated fees of this project will be funded by 56%
The construction contract and associated fees of this project will be funded by 56%
Proposition 1B funds, 40% Federal High Risk Rural Road funds, and 4% Local Road
funds.
BACKGROUND:
The above project was previously approved by the Board of Supervisors, plans and
specifications were filed with the Board, and bids were invited by the Director of Public
Works. On May 17, 2011, the Public Works Department received bids from the
following contractors:
BIDDER TOTAL AMOUNT BOND AMOUNTS
Maggiora & Ghilotti, Inc. $712,712.00
Payment: $712,712.00
Performance: $712,712.00
GradeTech, Inc.
SCQ Construction
Ghilotti Construction Company, Inc.
Bay Cities Paving & Grading Inc.
The general prevailing rates of wages, which shall be the minimum rates paid on this
project, have been filed with the Clerk of the Board, with copies to be made available to
any party upon request.
The Board of Supervisors previously adopted a Mitigated Negative Declaration for this
project, and a Notice of Determination was filed with the County Clerk on February 2,
2010.
The Director of Public Works reports that the lowest monetary bidder, Grade Tech, failed
to meet the 14.48% Underutilized Disadvantaged Business Enterprise (UDBE) goal for
this project, having attained 1.30% UDBE participation, and failed to document adequate
good faith efforts to comply with the UDBE goal, the requirements of the County’s
Disadvantaged Enterprise (DBE) Program, and the federal regulations applicable to
Department of Transportation Financial Assistance Programs (49 CFR, Part 26), as
provided in the project specifications, and the Director of Public Works recommends
rejection of Grade Tech's bid.
Grade Tech was notified in writing of the Director of Public Work’s determination and
the deficiencies in their good faith efforts (see Attachment A), and Grade Tech did not
appeal the determination to the County Administrator, as provided in the project
specifications.
The Director of Public Works reports that the next lowest monetary bidder, SCQ, failed to
meet the 14.48% Underutilized Disadvantaged Business Enterprise (UDBE) goal for this
project, having attained 3.03% UDBE participation, and failed to document adequate
good faith efforts to comply with the UDBE goal, the requirements of the County’s
Disadvantaged Enterprise (DBE) Program, and the federal regulations applicable to
Department of Transportation Financial Assistance Programs (49 CFR, Part 26), as
provided in the project specifications, and the Director of Public Works recommends
rejection of SCQ’s bid.
SCQ was notified in writing of the Director of Public Work’s determination and the
deficiencies in their good faith efforts (see Attachment B) and SCQ appealed the
determination to the County Administrator (see Attachment C), as provided in the project
specifications. After fully considering SCQ's appeal, the County Administrator has
upheld the Director of Public Works' determination and denied the appeal. In addition,
the Board has considered SCQ's appeal.
The bidder listed first above, Maggiora & Ghilotti, submitted the lowest responsive and
responsible bid, which is $37,064.00 less than the next lowest bid.
The Director of Public Works reports that Maggiora & Ghilotti attained 14.61% UDBE
participation, which exceeds the UDBE goal for this project.
The Director of Public Works recommends that the bid submitted by Maggiora & Ghilotti
is the lowest responsive and responsible bid, and this Board so concurs and finds.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the Alhambra Valley Road Safety and Bicycle Facility Improvements
project would be delayed, and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.
CLERK'S ADDENDUM
SPEAKER:
ATTACHMENTS
Attachment A
Attachment B
Attachment C