HomeMy WebLinkAboutMINUTES - 08162011 - C.03RECOMMENDATION(S):
1) APPROVE plans, specifications, and design for the above project.
(2) DETERMINE that RGW Construction, Inc. (“RGW Construction”), the lowest monetary
bidder, has complied with the requirements of the County’s Outreach Program for this
project and that RGW Construction has exceeded the Mandatory Subcontracting Minimum
for this project, as provided in the project specifications; and FURTHER DETERMINE that
RGW Construction has submitted the lowest responsive and responsible bid for the project.
(3) AWARD the construction contract for the above project to RGW Construction in the
listed amount ($533,758.00) and the unit prices submitted in the bid and DIRECT that RGW
Construction 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,
the Director of Public Works, or designee, is authorized
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 08/16/2011 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 16, 2011
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Carrie Del Bonta, Deputy
cc: J. Dowling, Construction, J. Pulliam, Design, T. Rhys, Design
C. 3
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:August 16, 2011
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Byron Highway Shoulder Widening - Phase 1
Project, Project # 0662-6R4021
RECOMMENDATION(S): (CONT'D)
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 RGW Construction 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).
(10) APPROVE and AUTHORIZE the Public Works Director, or designee, to direct
payment to the East Contra Costa County Habitat Conservancy in the amount of $48,407.78
for use in acquiring and restoring wildlife and plant habitat to mitigate impacts associated
with the project.
FISCAL IMPACT:
The construction contract $533,758.00 and associated fees of this project will be funded by
97.8% Proposition 1B funds and 2.2% Local Gas Tax 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, and Addendum No. 1 was issued. On June 21, 2011 the Public Works Department
received bids from the following contractors:
BIDDER & TOTAL AMOUNT
BOND AMOUNTS
RGW Construction, Inc. $533,758.00
Payment: $533,758.00
Performance: $533,758.00
O.C. Jones & Sons, Inc. $570,312.25
Payment: $570,312.25
Performance Bond Amount: $570,312.25
Top Grade Construction Inc. $597,765.00
Payment: $597,765.00
Performance Bond Amount: $597,765.00
Granite Construction Company $598,385.00
Payment: $598,385.00
Performance Bond Amount: $598,385.00
Bay Cities Paving & Grading, Inc. $598,844.83
Payment: $598,844.83
Performance Bond Amount: $598,844.83
Teichert & Son, Inc. $606,784.00
Payment: $606,784.00
Performance Bond Amount: $606,784.00
Ghilotti Construction Company, Inc. $607,811.00
Payment: $607,811.00
Performance Bond Amount: $607,811.00
DSS Company, Inc. $612,616.00
Payment: $612,616.00
Performance Bond Amount: $612,616.00
LEGG, Inc. $666,037.25
Payment: $666,037.25
Performance Bond Amount: $666,037.25
SCQ Construction $674,866.00
Payment: $674,866.00
Performance Bond Amount $674,866.00
Ghilotti Bros., Inc. $713,007.10
Payment: $713,007.10
Performance Bond Amount: $713,007.10
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 September 16,
2009.
The Director of Public Works reports that RGW Construction has documented an adequate
good faith effort to comply with the requirements of the County’s Outreach Program and
has exceeded the MSM for this project, as provided in the project specifications.
The Director of Public Works reports that the bid submitted by RGW Construction is the
lowest responsive and responsible bid and recommends that the Board so concur and find
and that the contract be awarded to RGW Construction.
Pursuant to the Habitat Conservation Plan adopted by the County, payment of $48,407.78 is
required to mitigate the environmental impacts of this project. The funds will be paid to the
Habitat Conservancy for its use in acquiring and restoring wildlife and plant habitat, as
provided in the existing contract between the County and the Habitat Conservancy. Staff
recommends that the Board approve the payment as part of this Board Order.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the Byron Highway Shoulder Widening - Phase 1 project would be
delayed, and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.