Loading...
HomeMy WebLinkAboutMINUTES - 06262012 - C.10RECOMMENDATION(S): (1) APPROVE plans, specifications, and design for the above project (Project Nos. 0662-6R4024 & 6R4058; Federal Project Nos. STPLR-7500(155) & STPLR-7500(161)). (2) DETERMINE that the bid submitted by Malachi Paving & Grading, Inc. (“Malachi”), exceeded the UDBE goal for this project and that Malachi submitted the lowest responsive and responsible bid for this project. (3) AWARD the construction contract for the above project to Malachi in the total amount ($149,198.00) and the unit prices submitted in the bid and DIRECT that Malachi shall present two good and sufficient surety bonds as indicated below, and that the Director of Public Works, or designee, shall prepare the contract. (4) 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. (5) ORDER that, in accordance 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. 10 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 Market Avenue and Chesley Avenue Railroad Pedestrian Crossings, North Richmond area. RECOMMENDATION(S): (CONT'D) with the project specifications and/or upon signature of the contract by the Public Works Director, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned. (6) 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. (7) 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. (8) 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. (9) DECLARE that, should the award of the contract to Malachi 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 63% Section 130 Grade Crossing Improvement Program funds, 22% Road funds, and 15% Transportation Development Act 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 22, 2012, the Public Works Department received bids from the following contractors: BIDDER, TOTAL AMOUNT, BOND AMOUNTS Malachi Paving & Grading, Inc. $149,198.00 Payment Bond: $149,198.00 Performance Bond: $149,198.00 W.R. Forde Associates $176,443.00 The bidder listed first above, Malachi Paving & Grading, Inc. (“Malachi”), submitted the lowest responsive and responsible bid, which is $27,245.00 less than the next lowest bid. The Public Works Director has determined that Malachi attained 32.04% UDBE participation, which exceeds the UDBE goal for this project, and the Public Works Director recommends that the construction contract be awarded to Malachi. The Public Works Director recommends that the bid submitted by Malachi is the lowest responsive and responsible bid, and this Board so concurs and finds. The Board of Supervisors previously determined that the project is exempt from the California Environmental Quality Act as a Class 3 exemption, and a Notice of Exemption was filed with the County Clerk on June 7, 2011. The federal prevailing rates of wages, which shall be the minimum rates paid on this project, have been filed with the Clerk of the Board, with copies to be made available to any party upon request. CONSEQUENCE OF NEGATIVE ACTION: Construction of the project would be delayed, and the project might not be built. CHILDREN'S IMPACT STATEMENT: Not applicable.