Loading...
HomeMy WebLinkAboutMINUTES - 06262012 - C.05RECOMMENDATION(S): (1) APPROVE plans, specifications, and design for the above project (Project No. 0672-6U2176-12). (2) DETERMINE that American Asphalt Repair and Resurfacing Co., Inc., the lowest monetary bidder, submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program and failing to meet the 23% Mandatory Subcontracting Minimum for this project, as provided in the project specifications; and REJECT the bid on that basis. (3) DETERMINE that Graham Contractors, Inc. (“Graham”), the second lowest monetary bidder, has complied with the requirements of the County’s Outreach Program and has exceeded the Mandatory Subcontracting Minimum for this project, as provided in the project specifications; and FURTHER DETERMINE that Graham has submitted the lowest responsive and responsible bid for the project. (4) AWARD the construction contract for the above project to Graham in the total amount ($247,030.70) and the unit prices submitted in the bid, and DIRECT that Graham shall present two good and sufficient surety bonds, as indicated below, and that the Public Works Director, or designee, shall prepare the APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 06/26/2012 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: June 26, 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:June 26, 2012 Contra Costa County Subject:AWARD and AUTHORIZE Execution of a Construction Contract for the 2012 Kensington Area Micro-Surfacing Project, Kensington Area. RECOMMENDATION(S): (CONT'D) contract. (5) 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 Public Works Director has reviewed and found them to be sufficient, the Public Works Director, 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 Public Works Director, or designee, and 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 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 Contract 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 Graham 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 and associated fees of this project will be funded by 100% Road 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 May 15, 2012, the Public Works Department received bids from the following contractors: BIDDER, TOTAL AMOUNT, BOND AMOUNTS American Asphalt Repair and Resurfacing Co., Inc. $206,471.95 Graham Contractors, Inc. $247,030.70 Payment Bond: $247,030.70 Performance Bond: $247,030.70 Western Pavement Solutions $267,438.50 Valley Slurry Seal Company $304,709.50 The Public Works Director has determined that American Asphalt Repair and Resurfacing Co., Inc. (“American”) 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 and failing to meet the 23% Mandatory Subcontracting Minimum for this project, as provided in the project specifications, and the Public Works Director recommends rejection of the bid submitted by American. On June 6, 2012, American was notified in writing of the Public Works Director’s determination. A copy of the letter is attached to this Board Order. American did not appeal the determination. The Public Works Director has determined that Graham Contractors, Inc. (“Graham”) documented an adequate good faith effort to comply with the requirements of the County’s Outreach Program and exceeded the Mandatory Subcontracting Minimum for this project, and the Public Works Director recommends that the construction contract be awarded to Graham. The Public Works Director recommends that the bid submitted by Graham 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 as a Class 1(c) exemption, and a Notice of Exemption was filed with the County Clerk on March 28, 2012. 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 this project would be delayed, and the project might not be built. CHILDREN'S IMPACT STATEMENT: Not applicable. ATTACHMENTS American Asphalt letter