HomeMy WebLinkAboutMINUTES - 07122011 - C.02RECOMMENDATION(S):
(1) APPROVE plans, specifications, and design for the above project. Project No.
4660-6X4109-11
(2) DETERMINE that the bid submitted by Bay Cities Paving & Grading, Inc. (“Bay
Cities”) is non-responsive in that Bay Cities submitted an incomplete and erroneous bid,
and REJECT Bay Cities’ bid on that basis.
(3) DETERMINE that the bid submitted by Grade Tech, Inc. (“Grade Tech”), demonstrated
adequate good faith efforts to meet the UDBE requirements for this project as described in
more detail in this Board Order and that Grade Tech submitted the lowest responsive and
responsible bid for this project.
(4) WAIVE the Board’s policy requiring a Project Labor Agreement (PLA) for this project,
and AWARD the construction contract for the above project to Grade Tech. in the listed
amount ($1,003,010.70) and the unit prices submitted in the bid and DIRECT that Grade
Tech shall present two good and sufficient surety bonds as indicated below, and that the
Director of Public Works, or designee, shall prepare the contract.
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 07/12/2011 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: John Pulliam (925)
313-2165
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: July 12, 2011
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Carrie Del Bonta, Deputy
cc: J. Dowling, Construction, J. Carlson, Construction, K. Emigh, Construction, J. Pulliam, Design
C. 2
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:July 12, 2011
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Montalvin Manor Pedestrian and
Transportation Access Improvements Project.
(5) ORDER that, after the contractor has
RECOMMENDATION(S): (CONT'D)
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.
(6) 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.
(7) 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.
(8) 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.
(9) 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.
(10) DECLARE that, should the award of the contract to Grade Tech 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 RDA funds
(42.5%), Prop. 1B funds (22.5%), STIP-TE funds (Fed) (17.0%), MTC: CMQA (SRTS)
funds (12.4%), TDA Grants (3.3%) and CDBG funds (2.3%)
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, and Addendum No. 1 was issued. On June 7, 2011, the Public Works Department
received bids from the following contractors:
BIDDER TOTAL AMOUNT: Grade Tech, Inc. $1,003,010.70
BOND AMOUNTS: Payment: $1,003,010.70, Performance: $1,003,010.70
Bay Cities Paving & Grading, Inc.: $830,937.99
W.R. Forde Associates: $1,007,475.00
Ghilotti Bros., Inc.: $1,315,369.00
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 determined that the project is exempt from the
California Environmental Quality Act as a Class 3(d) exemption, and a Notice of
Exemption was filed with the County Clerk on July 15, 2010.
The Director of Public Works reports that the lowest monetary bidder, Bay Cities, submitted
an incomplete and erroneous bid. In addition, Bay Cities requested in writing to withdraw
their bid because of mistake.
The bidder listed first above, Grade Tech., submitted the lowest responsive and responsible
bid, which is $4,464.30 less than the next lowest bid.
The Director of Public Works has determined and reports that Grade Tech submitted
adequate documentation of good faith efforts to meet the UDBE goal and requirements for
this project.
In 2002, the Board established a policy for use of Project Labor Agreements (PLAs) on
County construction projects over $1 million. It has been a general practice within Public
Works to include PLA contract language in our construction contracts that have an
engineer’s estimate greater than $900,000. However, since this project contained federal
funding, the PLA language had to be pre-approved by Caltrans and FHWA.
Despite diligent efforts, Public Works was unable to obtain FHWA and Caltrans approval
for use of a PLA on this project. Since the engineer’s estimate was $962,000, since bids this
construction season have been routinely coming in well below the engineer’s estimate, and
since the funding for the project would be put in jeopardy from a delay inPLA approval by
either Caltrans or FHWA, Public Works ceased its effort to get the PLA approved for this
project and advertised the project without the PLA language.
The lowest monetary bidder, Bay Cities, bid well below the engineer’s estimate
($830,937.99). However, as discussed above, that bid was determined to be incomplete and
erroneous and, therefore, non-responsive. The next lowest bidder, Grade Tech, whose bid
was found to be responsive, was just above the $1 million threshold ($1,003,010.70). In
order to award and construct the project this year and avoid loss of funding, Public Works
recommends the Board to waive the PLA requirement for this project.
The Director of Public Works recommends that the bid submitted by Grade Tech is the
lowest responsive and responsible bid, and this Board so concurs and finds.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the Montalvin Manor Pedestrian and Transportation Access Improvements
project would be delayed, and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.