HomeMy WebLinkAboutMINUTES - 11052013 - C.15RECOMMENDATION(S):
1. APPROVE plans, specifications, and design for the Upper Sand Creek Basin Wetland Restoration project. (Project
No. 7562-6D8518-13)
2. DETERMINE that SMP Services, Inc. (SMP), the lowest monetary bidder has submitted the lowest responsive and
responsible bid for this project.
3. AWARD the construction contract for the above project to SMP in the listed amount ($138,041.90) and the unit
prices submitted in the bid, and DIRECT that SMP 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, 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
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 11/05/2013 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: November 5, 2013
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Stacey M. Boyd, Deputy
cc:
C. 15
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:November 5, 2013
Contra
Costa
County
Subject:AWARD and AUTHORIZE Execution of a Contract for the Upper Sand Creek Basin Wetland Restoration project,
Antioch area.
RECOMMENDATION(S): (CONT'D)
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 SMP, 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 100% Drainage Area 130 Funds.
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 October 15, 2013, the Contra Costa County Flood Control and
Water Conservation District received bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
SMP, $138,041.90
Payment: $138,041.90
Performance: $138,041.90
Green Valley Landscape, $234,950.00
Ecological Concerns, Inc., $249,980.75
McNabb Construction, Inc., $266,140.00
The Professional Tree Care Company, $271,045.50
Green Vista Landscape, $304,600.00
Marina Landscape, $415.300.00
Shelterbelt Builders, Inc., $462,390.00
The bidder listed first above, SMP, submitted the lowest responsive and responsible bid, which is $96,908.10 less
than the next lowest bid.
The Chief Engineer has reported that SMP, the lowest monetary bidder, has complied with the requirements of the
project specifications, and the Chief Engineer recommends that the construction contract be awarded to SMP.
The Chief Engineer recommends that the bid submitted by SMP, 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 Wetland Restoration project would be delayed, and the project might not
be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.