HomeMy WebLinkAboutMINUTES - 03192013 - C.14RECOMMENDATION(S):
1) APPROVE plans, specifications, and design for the Upper Sand Creek Basin project. (Project No.
7562-6D8518-10)
(2) DETERMINE that Goodfellow Top Grade Construction, LLC, the 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 Goodfellow Top Grade Construction, LLC has submitted the lowest responsive and
responsible bid for this project.
(3) AWARD the construction contract for the above project to Goodfellow Top Grade Construction, LLC, in the
listed amount ($9,116,885) and the unit prices submitted in the bid and DIRECT that Goodfellow Top Grade
Construction, LLC, shall present two good and sufficient surety bonds as indicated below, and that the Chief
Engineer, 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 Chief Engineer has reviewed and
found them to be sufficient, the Chief Engineer, or designee, is authorized to sign the contract for this Board.
(5) ORDER that,
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 03/19/2013 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I
Supervisor
Karen Mitchoff, District IV
Supervisor
Federal D. Glover, District V
Supervisor
ABSENT:Candace Andersen, District II
Supervisor
Mary N. Piepho, District III
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: March 19, 2013
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Stacey M. Boyd, Deputy
cc:
C.14
To:Board of Supervisors
From:Julia R. Bueren, Public Works
Date:March 19, 2013
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Upper Sand Creek Basin Project, Antioch area.
RECOMMENDATION(S): (CONT'D)
in accordance with the project specifications and/or upon signature of the contract by the Chief Engineer, 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 Chief Engineer, 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 Chief Engineer, or designee, the Board’s
functions under Public Contract Code Sections 4107 and 4110.
(8) DELEGATE, pursuant to Labor Code Section 6705, to the Chief Engineer, 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 Goodfellow Top Grade Construction, LLC, 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 78% Flood Control District Drainage Area 130 and 22% California
Department of Water Resources Proposition 1E Grant Funds (78% Fund 256200 and 22% Proposition 1E Grant).
BACKGROUND:
The above project was previously approved by the Board of Supervisors, plans and specifications were filed with the
Board, payment to the Habitat Conservancy Plan for $266,160.79 was authorized and paid on November 15, 2012,
and bids were invited by the Chief Engineer. On January 29, 2013, the Contra Costa County Flood Control and Water
Conservation District received bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
Goodfellow Top Grade Construction, LLC, Inc. $9,116,885.00
Payment: $9,116,885.00
Performance: $9,116,885.00
DeSilva Gates Construction, LP, $9,614,156.00
Gordon N. Ball, Inc., $10,292,652.20
Ford Construction Company, Inc., $10,296,891.00
A. Teichert & Sons, Inc., $10,639,341.85
Ghilotti Bros., Inc., $10,998,486.50
Ghilotti Construction Company, Inc., $11,464,431.50
RGW Construction, Inc., $11,826,770.00
Wood Bros., Inc., $11,865,128.42
Sukut Construction, Inc., $12,005,326.10
Proven Management, $12,493,112.50
The bidder listed first above, Goodfellow Top Grade Construction, LLC, submitted the lowest responsive and
responsible bid, which is $497,271 less than the next lowest bid.
The Chief Engineer has reported that Goodfellow Top Grade Construction, LLC, documented an adequate good faith
effort to comply with the requirements of the County’s Outreach Program, as provided in the project specifications,
has entered into a Project Labor Agreement with the Contra Costa Building and Construction Trade Council to
comply with the requirements of the County’s Project Labor Agreement Policy, and the Chief Engineer recommends
that the construction contract be awarded to Goodfellow Top Grade Construction, LLC.
The Chief Engineer recommends that the bid submitted by Goodfellow Top Grade Construction, LLC, is the lowest
responsive and responsible bid, and this Board so concurs and so 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 November 3, 2010.
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 Upper Sand Creek Basin project would be delayed, and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.