HomeMy WebLinkAboutMINUTES - 06052012 - C.01RECOMMENDATION(S):
(1) APPROVE plans, specifications, and design for the above project.
(2) DETERMINE that Architectural Graphics Inc., the lowest monetary bidder, submitted a non-responsive bid by
failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project
specifications; and REJECT the bid on that basis.
(3) DETERMINE that Thomas-Swan Sign Company Inc., the second lowest monetary bidder, has complied with the
requirements of the County’s Outreach Program for this project, as provided in the project specifications, and
FURTHER DETERMINE that Thomas-Swan Sign Company Inc. has submitted the lowest responsive and
responsible bid for this project.
(4) AWARD the construction contract for the above project to Thomas-Swan Sign Company Inc. in the listed amount
($291,800.00) and the unit prices submitted in the bid and DIRECT that Thomas-Swan Sign Company Inc. shall
present two good and sufficient surety bonds as indicated below, and that the Director of Public Works, or designee,
shall prepare the contract.
(5) ORDER that, after the contractor
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 06/05/2012 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I 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: June 5, 2012
David Twa, County Administrator and Clerk of the Board of Supervisors
By: STACEY M. BOYD, Deputy
cc: Kevin Emigh, Janet Dowling, Sherri Reed
C. 1
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:June 5, 2012
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Contra Costa Centre Wayfinding System Project, Walnut
Creek area.
RECOMMENDATION(S): (CONT'D)
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 to sign the contract for this Board.
(6) 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.
(7) 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.
(8) 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.
(9) 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.
(10) DECLARE that, should the award of the contract to Thomas-Swan Sign Company Inc. 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 will be funded by 100% Redevelopment Agency Tax Exempt Capital Bond 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 February 28, 2012, the Public Works
Department received bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
Thomas-Swan Sign Company Inc. $291,800.00
Payment: $291,800.00
Performance: $291,800.00
Architectural Graphics Inc. $197,522.00
California Neon Products $321,908.74
The Director of Public Works has reported that Architectural Graphics Inc. submitted a non-responsive bid by
failing to document an adequate good faith effort to comply with the requirements of the County’s Outreach
Program, as provided in the project specifications, and the Director of Public Works recommends rejection of the
bid submitted by Architectural Graphics Inc.
On April 11, 2012, Architectural Graphics Inc. was notified in writing of the Director of Public Works’
determination. A copy of the letter is attached to this Board Order. Architectural Graphics Inc. did not appeal the
decision within the time allowed.
The Director of Public Works has reported that Thomas-Swan Sign Company Inc. documented an adequate good
faith effort to comply with the requirements of the County’s Outreach Program, as provided in the project
specifications, and the Director of Public Works recommends that the construction contract be awarded to
Thomas-Swan Sign Company Inc.
The Director of Public Works recommends that the bid submitted by Thomas-Swan Sign Company Inc. is the
lowest responsive and responsible bid, and this Board concurs and so finds.
The Board of Supervisors previously determined that the project is exempt from the California Environmental
Quality Act (CEQA) as a Class 3 and Class 11 exemption, and a Notice of Exemption was filed with the County
Clerk on January 12, 2011.
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, and copies will be made available to any party upon request.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the Contra Costa Centre Wayfinding System project would be delayed, and the project might not
be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.
ATTACHMENTS
Letter