Loading...
HomeMy WebLinkAboutMINUTES - 07102012 - C.04RECOMMENDATION(S): 1) APPROVE specifications and design for the above project. (Contract No. 0672-6U2814-12) (2) DETERMINE that West Coast Arborists, Inc. (“West Coast”), the lowest monetary bidder, has complied with the requirements of the project specifications, and FURTHER DETERMINE that West Coast has submitted the lowest responsive and responsible bid for the project. (3) DETERMINE that A Plus Tree, Inc. (“A Plus”), the second lowest monetary bidder, has complied with the requirements of the project specifications, and FURTHER DETERMINE that A Plus has submitted the second lowest responsive and responsible bid for the project. (4) DETERMINE that The F.A. Bartlett Tree Expert Co. (“Bartlett”), the third lowest monetary bidder, has complied with the requirements of the project specifications, and FURTHER DETERMINE that Bartlett has submitted the third lowest responsive and responsible bid for the contract. (5) AWARD on-call contracts to the following three contractors in the following priority for Job Orders, as provided in the project specifications: (A) West Coast in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid. (B) A Plus in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 07/10/2012 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, 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: July 10, 2012 David Twa, County Administrator and Clerk of the Board of Supervisors By: STACEY M. BOYD, Deputy cc: C. 4 To:Board of Supervisors From:Julia R. Bueren, Public Works Director/Chief Engineer Date:July 10, 2012 Contra Costa County Subject:AWARD and AUTHORIZE Execution of Three Contracts for On-Call Tree Services Contract(s) for Various Road and Flood Control Maintenance Work, Countywide RECOMMENDATION(S): (CONT'D) (C) Bartlett in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid. (6) DIRECT that West Coast, A Plus, and Bartlett shall each present two good and sufficient surety bonds at issuance of the first Job Order, as indicated below, and that the Public Works Director, or designee, shall prepare the contracts. (7) ORDER that after the contractors have signed the contracts and returned them, together with any required certificates of insurance and other required documents, and the Public Works Director has reviewed and found them to be sufficient; the Public Works Director, or designee, is authorized to sign the contracts for this Board. (8) ORDER that, the Public Works Director, 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 Contracts Code Section 22300. (9) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the Board’s functions under Public Contract Code Sections 4107 and 4110. (10) DELEGATE, pursuant to Labor Code Section 6705, to the Public Works Director 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 West Coast, A Plus, or Bartlett be invalidated for any reason, the Board would not in any event have awarded the contracts 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 contracts, for a maximum amount of $110,000 each, will be funded by 100% Local Road and Flood Control 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 Public Works Director. On June 19, 2012, the Public Works Department received bids from the following contractors: BIDDER, TOTAL AMOUNT, BOND AMOUNTS West Coast Arborists Inc. $162.00 Total Unit Price Payment Bond Amount: $110,000.00 Performance Bond Amount: $110,000.00 A Plus Tree, Inc. $210.00 Total Unit Price Payment Bond Amount: $110,000.00 Performance Bond Amount: $110,000.00 The F.A. Bartlett Tree Expert Co. $285.00 Total Unit Price Payment Bond Amount: $110,000.00 Performance Bond Amount: $110,000.00 LaBat’s Tree Care $325.00 Total Unit Price The Professional Tree Care Co. $325.00 Total Unit Price Solano Shade $326.62 Total Unit Price Hamilton Tree Service, Inc. $459.00 Total Unit Price West Coast Arborists, Inc. (“West Coast”) submitted the lowest responsive and responsible bid, which is $48.00 less (Total Unit Price) than the next lowest bid. A Plus Tree, Inc. (“A Plus”) submitted the second lowest responsive and responsible bid, which is $75.00 less (Total Unit Price) than the next lowest bid. The F.A. Bartlett Tree Expert Co. (Bartlett) submitted the third lowest responsive and responsible bid, which is $40.00 less (Total Unit Price) than the next lowest bid. The Public Works Director has determined that the bids submitted by West Coast, A Plus, and Bartlett complied with the project specifications and are the lowest responsive and responsible bids, and this Board so concurs and finds. The Public Works Director recommends that three on-call contracts be awarded in the following priority for Job Orders: (1) West Coast; (2) A Plus; and (3) Bartlett. CONSEQUENCE OF NEGATIVE ACTION: The Public Works Department may be unable to complete routine road and flood control maintenance work in a timely manner. CHILDREN'S IMPACT STATEMENT: Not applicable.