HomeMy WebLinkAboutMINUTES - 08062013 - C.03RECOMMENDATION(S):
(1) APPROVE the specifications for the 2013 On-Call Paving Services Contract(s) for Airport Pavement
Maintenance Work, Concord and Byron areas. Project No. 4841-6X5326
(2) DETERMINE that Alaniz Construction, Inc. ("Alaniz"), 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 Alaniz has submitted the lowest responsive and responsible bid for the project.
(3) DETERMINE that DRT Grading & Paving, Inc. (“DRT”), the second 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 DRT has submitted the second lowest responsive and responsible bid for the project.
(4) DETERMINE that Grade Tech, Inc. ("Grade Tech"), 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 Grade Tech has submitted the third lowest responsive and responsible bid for the
project.
(5) AWARD on-call
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 08/06/2013 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: August 6, 2013
David Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc:
C. 3
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:August 6, 2013
Contra
Costa
County
Subject:Execution of three contracts for the 2013 On-Call Paving Services Contract(s) for Airport Pavement Maintenance
Work, Concord and Byron areas.
RECOMMENDATION(S): (CONT'D)
contracts to the following three contractors in the following priority for Job Orders:
(A) Alaniz in a not-to exceed amount ($500,000) and the unit prices submitted in the bid ($1,623.89 Total Unit Price)
(B) DRT in a not-to-exceed amount ($500,000) and the unit prices submitted in the bid ($1,776.03 Total Unit Price)
(C) Grade Tech in a not-to-exceed amount ($500,000) and the unit prices submitted in the bid ($1,782.00 Total Unit
Price)
(6) DIRECT that the Public Works Director, or designee, shall prepare the contracts.
(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 Alaniz, DRT, or Grade Tech 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 from 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 $500,000 each, will be funded by 100% Airport Enterprise 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 July 9, 2013, the Public Works Department
received bids from the following contractors:
Alaniz Construction, Inc. (“Alaniz”): $1,623.89 Total Unit Price
DRT Grading & Paving, Inc. (“DRT”): $1,776.03 Total Unit Price
Grade Tech, Inc. (“Grade Tech”): $1,782.00 Total Unit Price
Fonseca/McElroy Grinding Co., Inc.: $2,485.00 Total Unit Price
MCK Services, Inc.: $7,190.00 Total Unit Price
Alaniz submitted the lowest responsive and responsible bid, which is $152.14 less (Total Unit Price) than the next
lowest bid.
DRT submitted the second lowest responsive and responsible bid, which is $5.97 less (Total Unit Price) than the next
lowest bid.
Grade Tech submitted the third lowest responsive and responsible bid, which is $703.00 less (Total Unit Price) than
the next lowest bid.
The Public Works Director has reported that Alaniz, DRT, and Grade Tech 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 Alaniz, DRT, and Grade Tech. The Public Works Director recommends that the bids
submitted by Alaniz, DRT, and Grade Tech are the lowest responsive and responsible bids, and this Board so
concurs and finds. As provided in the project specifications, the three on-call contracts would be awarded in the
following priority for Job Orders: (1) Alaniz, (2) DRT, and (3) Grade Tech.
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 airport pavement repairs and replacement
maintenance work in a timely manner.
CHILDREN'S IMPACT STATEMENT:
Not applicable.