HomeMy WebLinkAboutMINUTES - 07312012 - C.04RECOMMENDATION(S):
(1) APPROVE plans, specifications, and design for the above project. (Project No. 0662-6R4030-12; Federal Project
No. HSIPL-5928(089)).
(2) AUTHORIZE the Director of Public Works, or designee, to direct payment to the Habitat Conservancy Plan in the
amount of $47,668.93. This money will be used to mitigate for impacts associated with the project. They money will
be used by the Habitat Conservancy to acquire and restore wildlife and plant habitat.
(3) DETERMINE that the bid submitted by O.C. Jones & Sons, Inc. (“OC Jones”), exceeded the UDBE goal for this
project and that OC Jones submitted the lowest responsive and responsible bid for this project.
(4) AWARD the construction contract for the above project to OC Jones in the total amount ($378,520.00) and the
unit prices submitted in the bid and DIRECT that OC Jones 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 has signed the contract and returned it, together with the bonds as noted
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 07/31/2012 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 31, 2012
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Carrie Del Bonta, Deputy
cc: J. Dowling, Design/Construction, P. Denison, Finance, S. Reed, Design/Construction
C. 4
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:July 31, 2012
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Construction Contract for the Deer Valley Rd. Safety Improvements
South of Chadbourne Rd. Project, Brentwood Area
RECOMMENDATION(S): (CONT'D)
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, 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 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 OC Jones 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 55% Federal Highway Safety
Improvement Program Local (HSIPL) funds, 43% Proposition 1B funds, and 2% Local 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 July 3, 2012, the Public Works Department received
bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
O.C. Jones & Sons, Inc. $378,520.00
Payment Bond: $378,520.00
Performance Bond: $378,520.00
Grade Tech, Inc. $471,016.00
The bidder listed first above, O.C. Jones & Sons, Inc. (“OC Jones”), submitted the lowest responsive and responsible
bid, which is $92,496.00 less than the next lowest bid.
The Public Works Director has determined and reports that OC Jones attained 12.61% UDBE participation, which
exceeds the UDBE goal for this project and the Public Works Director recommends that the construction contract be
awarded to OC Jones.
The Public Works Director recommends that the bid submitted by OC Jones is the lowest responsive and responsible
bid, and this Board so concurs and finds.
The Board of Supervisors previously adopted the Mitigated Negative Declaration and Mitigation and Monitoring
Reporting Plan in compliance with the California Environmental Quality Act, and a Notice of Determination was
filed with the County Clerk on September 14, 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 Deer Valley Road Safety Improvements South of Chadbourne Road project would be delayed,
and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.