HomeMy WebLinkAboutMINUTES - 07102012 - C.05RECOMMENDATION(S):
(1) APPROVE specifications and design for the above project. (Contract No. 0672-6U2511-12)
(2) DETERMINE that A-1 Septic Tank Service, Inc. dba A-1 Ready Mix (“A-1”), the lowest monetary bidder, has
complied with the requirements of the project specifications, and FURTHER DETERMINE that A-1 has submitted
the lowest responsive and responsible bid for the project.
(3) DETERMINE that Breneman, Inc. (“Breneman”), the second lowest monetary bidder, has complied with the
requirements of the project specifications, and FURTHER DETERMINE that Breneman has submitted the second
lowest responsive and responsible bid for the project.
(4) AWARD on-call contracts to the following two contractors in the following priority for Job Orders, as provided in
the project specifications:
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. 5
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 Two Contracts for On-Call Concrete Services Contract(s) for Various Road
and FC Maintenance Work, Countywide
RECOMMENDATION(S): (CONT'D)
(A) A-1 in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid.
(B) Breneman in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid. (5) DIRECT that A-1
and Breneman 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.
(6) 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.
(7) 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.
(8) 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.
(9) 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.
(10) DECLARE that, should the award of the contract to A-1 or Breneman 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
A-1 Septic Tank Service, Inc. dba A-1 Ready Mix $20,126.00 Total Unit Price
Payment Bond Amount: $110,000.00
Performance Bond Amount: $110,000.00
Breneman, Inc. $23,654.00 Total Unit Price
Payment Bond Amount: $110,000.00
Performance Bond Amount: $110,000.00
Valentine Corporation, $60,902.00 Total Unit Price
A-1 Septic Tank Service, Inc. dba A-1 Ready Mix (“A-1”) submitted the lowest responsive and responsible bid,
which is $3,528.00 less (Total Unit Price) than the next lowest bid.
Breneman, Inc. (“Breneman”) submitted the second lowest responsive and responsible bid, which is $37,248.00 less
(Total Unit Price) than the next lowest bid.
The Public Works Director has determined that the bids submitted by A-1 and Breneman 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 two on-call contracts be awarded to A-1 and Breneman in the following priority for
Job Orders: (1) A-1; and (2) Breneman.
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.