HomeMy WebLinkAboutMINUTES - 07082014 - C.12RECOMMENDATION(S):
(1) APPROVE plans, specifications, and design for the Walnut Boulevard Pedestrian and Bicycle Project, Project
No. 0662-6R4176-14.
(2) DETERMINE that the lowest monetary bidder, Breneman, Inc. (“Breneman”), has 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 Board FURTHER DETERMINES that Breneman’s bid is non-responsive and REJECTS bids
on that basis; and
(3) DETERMINE that the second lowest monetary bidder, Malachi Paving & Grading, Inc. (“Malachi”), has 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 Board FURTHER DETERMINES that Malachi’s bid is non-responsive
and REJECTS bid on that basis; and
(4) DETERMINE that the bid submitted by Grade Tech, Inc. (“Grade Tech”), has complied with requirements of the
County’s Outreach Program and has exceeded the Mandatory Subcontracting Minimum for the project, as provided
in the project specifications; and FURTHER DETERMINE that Grade Tech has submitted the lowest responsive and
responsible bid for this project.
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 07/08/2014 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 8, 2014
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Stacey M. Boyd, Deputy
cc:
C. 12
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:July 8, 2014
Contra
Costa
County
Subject:AWARD and AUTHORIZE execution of a construction contract for the Walnut Boulevard Pedestrian and Bicycle
Project, Walnut Creek area.
RECOMMENDATION(S): (CONT'D)
(5) AWARD the construction contract for the above project to Grade Tech in the total amount ($541,469.00) and
the unit prices submitted in the bid and DIRECT that Grade Tech shall present two good and sufficient surety
bonds as indicated below, and that the Director of Public Works, or designee, shall prepare the contract.
(6) 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 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.
(7) 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.
(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 substitution 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 contract to Grade Tech 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 herein 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:
Project will be funded by 93% Central County Area of Benefit Funds, 7% Transportation Development Act Funds.
BACKGROUND:
The above project was previously approved by the Board of Supervisors, plans and specifications are filed with
the Board, bids were invited by the Public Works Director. On June 11, 2014, the Public Works Department
received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS:
Grade Tech, Inc.: $541,469.00; Payment: $541,469.00; Performance: $541,469.00
Breneman, Inc.: $431,976.00
Malachi Paving & Grading., Inc.: $448,509.00
Sposeto Engineering, Inc.: $602,986.00
The Public Works Director has determined that the low bidder, Breneman, Inc. (“Breneman”), submitted a
non-responsive bid by failing 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 recommends
rejection of the bid submitted by Breneman.
On June 25, 2014, Breneman was notified in writing of the Public Works Director’s determination. A copy of the
letter is attached to this Board Order. Breneman did not appeal the determination.
The Public Works Director has determined that the second low bidder, Malachi Paving & Grading, Inc.
(“Malachi”) submitted a non-responsive bid by failing 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 recommends rejection of the bid submitted by Malachi.
On June 25, 2014, Malachi was notified in writing of the Public Works Director’s determination. A copy of the
letter is attached to this Board Order. Malachi did not appeal the determination.
The Public Works Director has determined that Grade Tech, Inc. (“Grade Tech”) documented an adequate good
faith effort to comply with the requirements of the County’s Outreach Program and exceeded the Mandatory
Subcontracting Minimum for this project, and the Public Works Director recommends that the construction
contract be awarded to Grade Tech.
The Public Works Director recommends that the bid submitted by Grade Tech is the lowest responsive and
responsible bid, and this Board concurs and so finds.
The Board of Supervisors previously determined that the project is exempt from the California Environmental
Quality Act as a Class 3 exemption, and a Notice of Exemption was filed with the County Clerk on February 13,
2013.
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 this project would be delayed, and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.
ATTACHMENTS
Letter to Breneman
Letter to Malachi