HomeMy WebLinkAboutMINUTES - 08022011 - C.06RECOMMENDATION(S):
1) APPROVE plans, specifications, and design for the above project. County Project No.
0662-6R4066, Federal Project No. STPL 5928(106).
(2) DETERMINE that the bid submitted by Valley Slurry Seal Company (“Valley Slurry
Seal Co.”), demonstrated adequate good faith effort to meet the UDBE requirements for
this project and that Valley Slurry Seal Co. submitted the lowest responsive and responsible
bid for this project.
(3) WAIVE the Board’s policy requiring a Project Labor Agreement (PLA) for this project,
and AWARD the construction contract for the above project to Valley Slurry Seal Co. in
the listed amount ($1,984,110.96) and the unit prices submitted in the bid and DIRECT that
Valley Slurry Seal Co. 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
documents, and the Director of Public Works has reviewed and found them to be sufficient,
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: J. Dowling, Construction, Kevin Emigh, Construction, T. Rhys, Design
C. 6
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 Countywide Arterial Micro-Surfacing Project,
County Project No. 0662-6R4066
the Director of Public
RECOMMENDATION(S): (CONT'D)
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) DECLARE that, should the award of the contract to Valley Slurry Seal Co. 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 $1,984,110.96 and associated fees of this project
will be funded by 88.8% Federal CMA Block Grant – Local Streets and Roads Shortfall
Program funds and 11.2% Measure J-RTS 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 July 5, 2011 the Public Works Department received bids from the following
contractors:
BIDDER TOTAL AMOUNT BOND AMOUNTS
Valley Slurry Seal Company $1,984,110.95
Payment: $1,984,110.95
Performance: $1,984,110.95
Graham Contractors, Inc. $2,322,020.55
Payment: $2,322,020.55
Performance Bond Amount: $2,322,020.55
Intermountain Slurry Seal, Inc. $2,514,729.65
Payment: $2,514,729.65
Performance Bond Amount: $2,514,729.65
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 January 15, 2011 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 January 15, 2011.
The bidder listed first above, Valley Slurry Seal Co. submitted the lowest responsive and
responsible bid.
The Director of Public Works has determined and reports that Valley Slurry Seal Co.
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 $2.1 million in federal funds would be put in
jeopardy from a delay in advertising the project, Public Works advertised the project
without the PLA language.
The Director of Public Works recommends that the bid submitted by Valley Slurry Seal Co.
is the lowest responsive and responsible bid, and this Board so concurs and finds.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the Countywide Arterial Micro-Surfacing project would be delayed, and the
project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.