HomeMy WebLinkAboutMINUTES - 06262012 - C.07RECOMMENDATION(S):
(1) APPROVE specifications and design for the above project (Project No. 7520-6B9310).
(2) DETERMINE that Redgwick Construction Co., the lowest monetary bidder, submitted a non-responsive bid by
failing to comply with the equipment requirements of the project specifications; and REJECT the bid on that basis.
(3) DETERMINE that Ventana Engineering & Construction, Inc., the second lowest monetary bidder, submitted a
non-responsive bid by failing to comply with the equipment and personnel requirements of the project specifications;
and REJECT the bid on that basis.
(4) DETERMINE that Carlson’s Construction (“Carlson’s”), the third lowest monetary bidder, has complied with the
requirements of the project specifications, and FURTHER DETERMINE that Carlson’s has submitted the lowest
responsive and responsible bid for the contracts.
(5) DETERMINE that Strole’s Tri-Service (“Strole’s”), the fourth lowest monetary bidder, has complied with the
requirements of the project specifications, and FURTHER DETERMINE that Strole’s has submitted
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. 7
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 2 contracts for the On-Call Walking Excavator Svc. Contract(s) for
Various Road and FC Maint. Work, Countywide.
RECOMMENDATION(S): (CONT'D)
the second lowest responsive and responsible bid for the contracts.
(6) AWARD on-call contracts to the following two contractors in the following priority for Job Orders, as
provided in the project specifications:
(A) Carlson’s in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid (Mobilization
$1,800.00 lump sum, Equipment $249.00 per hour)
(B) Strole’s in a not-to-exceed amount ($110,000.00) and the unit prices submitted in the bid (Mobilization
$2,500.00 lump sum, Equipment $235.00 per hour)
(7) DIRECT that Carlson’s and Strole’s 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.
(8) 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.
(9) 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.
(10) 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.
(11) 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.
(12) DECLARE that, should the award of the contract to Carlson’s or Strole’s 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 April 24, 2012, the Public Works Department
received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
Redgwick Construction Co. $490.00 Total Unit Price
Ventana Engineering & Construction, Inc. $650.00 Total Unit Price
Carlson’s Construction $2,049.00 Total Unit Price
Payment Bond Amount $110,000.00
Performance Bond Amount $110,000.00
Strole’s Tri-Service $2,735.00 Total Unit Price
Payment Bond Amount $110,000.00
Performance Bond Amount $110,000.00
The Public Works Director has determined that Redgwick Construction Co. (“Redgwick”) and Ventana
Engineering & Construction Inc. (“Ventana”), the lowest and second lowest monetary bidders, respectively,
submitted non-responsive bids by failing to comply with the equipment and personnel requirements of the project
specifications, and the Public Works Director recommends rejection of the bids submitted by Redgwick and
Ventana.
On June 7 and June 12, 2012, Redgwick and Ventana were notified in writing of the Public Works Director’s
determination. Copies of the letters are attached to this Board Order. Neither Redgwick nor Ventana appealed the
determination.
Carlson’s Construction (“Carlson”) submitted the lowest responsive and responsible bid, which is $686.00 less
(Total Unit Bid) less than the next lowest bid.
Strole’s Tri-Service (“Strole’s”) submitted the next lowest responsive and responsible bid.
The Public Works Director has determined that the bids submitted by Carlson’s and Strole’s 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 on-call contracts be awarded to Carlson’s and Strole’s in that order.
As provided in the project specifications, two on-call contracts would be awarded in the following priority for Job
Orders: (1) Carlson’s; and (2) Strole’s.
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:
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.
ATTACHMENTS
Redgwick letter
Ventana Letter