HomeMy WebLinkAboutMINUTES - 08022011 - C.05RECOMMENDATION(S):
1) APPROVE plans, specifications, and design for the above project.
(2) DETERMINE that Bay Cities Paving & Grading, Inc. (“Bay Cities Paving & Grading”),
the lowest monetary bidder, has complied with the requirements of the County’s Outreach
Program for this project, and Bay Cities Paving & Grading has exceeded the Mandatory
Subcontracting Minimum for this project, as provided in the project specifications; and
FURTHER DETERMINE that Bay Cities Paving & Grading has submitted the lowest
responsive and responsible bid for the project.
(3) AWARD the construction contract for the above project to Bay Cities Paving & Grading
in the listed amount ($464,054.80) and the unit prices submitted in the bid and DIRECT that
Bay Cities Paving & Grading shall present two good and sufficient surety bonds as
indicated below, and that the Director of Public Works, or designee, shall prepare the
contract.
(4) 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
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 08/02/2011 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: August 2, 2011
David Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc: Kevin Emigh, Construction, Janet Dowling, Construction, T. Rhys, Design/Construction, J. Carlson, Construction
C. 5
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:August 2, 2011
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Camino Tassajara Shoulder Widening Project,
Project # 0662-6R4023
documents, and the Director of Public Works has reviewed
RECOMMENDATION(S): (CONT'D)
and found them to be sufficient, the Director of Public Works, or designee, is authorized to
sign the contract for this Board.
(5) 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.
(6) 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.
(7) 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.
(8) 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.
(9) DECLARE that, should the award of the contract to Bay Cities Paving & Grading 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 in the amount of $464,054.80 and associated fees of this project
will be funded by 50% Proposition 1B funds and 50% South County Area of Benefits 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 June 28, 2011 the Public Works Department received bids from the following
contractors:
BIDDER TOTAL AMOUNT BOND AMOUNTS
Bay Cities Paving & Grading, Inc. $464,054.80
Payment: $464,054.80
Performance: $464,054.80
Ghilotti Construction Company, Inc. $549,467.00
Payment: $549,467.00
Performance Bond Amount: $549,467.00
Redgwick Construction Co. $541,644.00
Payment: $541,644.00
Performance Bond Amount: $541,644.00
RGW Construction, Inc. $547,832.00
Payment: $547,832.00
Performance Bond Amount: $547,832.00
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.
On October 6, 2009 The Board of Supervisors determined that the project is exempt from
the California Environmental Quality Act as a Class 1(c) exemption, and a Notice of
Exemption was filed with the County Clerk on October 8, 2009.
The Director of Public Works has reported that Bay Cities Paving & Grading documented an
adequate good faith effort to comply with the requirements of the County’s Outreach
Program and exceeded the MSM for this project, as provided in the project specifications;
and has recommended that the contract be awarded to Bay Cities Paving & Grading.
The Director of Public Works recommends that the bid submitted by Bay Cities Paving &
Grading is the lowest responsive and responsible bid, and this Board so concurs and finds.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the Camino Tassajara Shoulder Widening project would be delayed, and
the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.