Loading...
HomeMy WebLinkAboutMINUTES - 06252013 - C.08RECOMMENDATION(S): (1) APPROVE the specifications for the On-Call Contract(s) for Various Road and Flood Control Maintenance Work project. Project No. 0672-6U2009 (2) DETERMINE that Grade Tech, Inc. ("Grade Tech"), 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 Grade Tech has submitted the lowest responsive and responsible bid for the project. (3) DETERMINE that Alaniz Construction, Inc. (“Alaniz”), the second lowest monetary bidder, has failed to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and REJECT the bid on that basis. (4) DETERMINE that Hess Concrete Construction Co., Inc. ("Hess"), the third 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 Hess has submitted the next lowest responsive and responsible bid for the project. (5) AWARD on-call contracts to the following two contractors in the following priority for Job Orders: APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 06/25/2013 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:Candace Andersen, District II Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor ABSENT:John Gioia, District I 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: June 25, 2013 David Twa, County Administrator and Clerk of the Board of Supervisors By: Stacey M. Boyd, Deputy cc: C. 8 To:Board of Supervisors From:Julia R. Bueren, Public Works Director/Chief Engineer Date:June 25, 2013 Contra Costa County Subject:AWARD and AUTHORIZE the execution of two contracts for the On-Call Contract(s) for Various Road and Flood Control Maintenance Work, Countywide. RECOMMENDATION(S): (CONT'D) (A) Grade Tech in a not-to exceed amount ($300,000) and the unit prices submitted in the bid ($986.70 Total Unit Price) (B) Hess in a not-to-exceed amount ($300,000) and the unit prices submitted in the bid ($1,153.50 Total Unit Price) (6) DIRECT that the Public Works Director, or designee, shall prepare the contract. (7) ORDER that, after the contractors have signed the contracts and returned them, together with 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 contracts for this Board. (8) 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 substitutions of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300. (9) 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. (10) 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. (11) DECLARE that, should the award of the contracts to Grade Tech or Hess be invalidated for any reason, the Board would not in any event have awarded the contracts to any other bidders, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board form re-awarding a contract to another bidder in cases where the successful bidder established 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 $300,000 each, will be funded by 100% Local Road and Flood Control funds. BACKGROUND: The above project was previously approved by the Board of Supervisors, specifications were filed with and approved by the Board, and bids were invited by the Public Works Director. On May 28, 2013, the Public Works Department received bids from the following contractors: Grade Tech, Inc.: $986.70 Total Unit Price Hess Concrete Construction Company, Inc.: $1,153.50 Total Unit Price Alaniz Construction, Inc. (“Alaniz”): $1,060.63 Total Unit Price Redgwick Construction Company (“Redgwick”): $2,046.00 Total Unit Price The Public Works Director has reported that Alaniz and Redgwick, the second and fourth lowest monetary bidders, respectively, failed to document an adequate good faith effort to comply with the requirements of the County’s Outreach Program, as provided in the project specifications and the Public Works Director has recommended rejection of the bids submitted by Alaniz and Redgwick. On June 17, 2013, Alaniz and Redgwick were notified in writing of the Public Works Director's determination. Copies of the various letters are attached to this Board Order. Grade Tech submitted the lowest responsive and responsible bid, which is $166.80 less (Total Unit Price) than the next lowest bid. Hess submitted the next lowest responsive and responsible bid, which is $892.50 less (Total Unit Price) than the next lowest bid. The Public Works Director has reported that Grade Tech and Hess documented an adequate good faith effort to comply with the requirements of the County’s Outreach Program, and the Public Works Director has recommended that the contracts be awarded to Grade Tech and Hess. The Public Works Director recommends that the bids submitted by Grade Tech and Hess are the lowest responsive and responsible bids, and this Board so concurs and finds. As provided in the project specifications, the two on-call contracts would be awarded in the following priority for Job Orders: (1) Grade Tech and (2) Hess. 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, with copies to 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 Alaniz Letter