HomeMy WebLinkAboutMINUTES - 09092014 - C.10RECOMMENDATION(S):
(1) APPROVE plans, specifications, and design for the San Pablo Dam Road Walkability project. Project No.
0662-6R4051
(2) DETERMINE that Ghilotti Bros., Inc. ("Ghilotti"), the lowest apparent bidder, made a mistake in filling out its
bid and gave timely notice of the mistake, and CONSENT to relieve Ghilotti of the bid because of the mistake,
pursuant to Public Contract Code Section 5101.
(3) DETERMINE that the bid submitted by FBD Vanguard Construction, Inc., (“Vanguard”), 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 Vanguard has submitted the
lowest responsive and responsible bid for this project.
(4) AWARD the construction contract for the above project to Vanguard, in the listed amount ($1,713,590.00) and
the unit prices submitted in the bid and DIRECT that Vanguard shall present two good and sufficient surety bonds as
indicated below, and that the Public Works Director, or designee, shall prepare the contract.
(5) ORDER that, after the contractor has signed the contract and returned it, together
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 09/09/2014 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
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: September 9, 2014
David Twa, County Administrator and Clerk of the Board of Supervisors
By: , Deputy
cc:
C. 10
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:September 9, 2014
Contra
Costa
County
Subject:Execution of a construction contract for the San Pablo Dam Road Walkability Project, El Sobrante area.
RECOMMENDATION(S): (CONT'D)
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.
(6) 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.
(7) 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.
(8) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the
Boards’ functions under Public Contract Code Sections 4107 and 4110.
(9) 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.
(10) DECLARE that, should the award of the contract to Vanguard 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:
This project is funded by 44% Transportation for Livable Communities Funds, 16% Proposition 1B Funds, and 40%
Local Road Funds.
BACKGROUND:
The above project was previously approved by the Board of Supervisors, plans and specifications were filed with the
Board, and bids were invited by the Public Works Director. On August 5, 2014, the Public Works Department
received bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
FBD Vanguard Construction, Inc.: $1,713,590.00; Payment Bond: $1,713,590.00; Performance Bond: $1,713,590.00
Ghilotti Bros., Inc.: $1,497,268.00
Anvil Builders, Inc.: 1,939,091.00
Gordon N. Ball, Inc.: $1,942,300.00
Sposeto Engineering, Inc.: $1,979,003.00
On August 13, 2014, Ghilotti, the lowest apparent bidder, gave timely written notice to the County of a mistake
made in the filling out of Ghilotti's bid and requested to be relieved of the bid. The Public Works Director
recommends that the Board consent to relieve Ghilotti of its bid pursuant to Public Contract Code Section 5101.
The bidder listed first above, Vanguard, submitted the lowest responsive and responsible bid, which is $225,501.00
less than the next lowest bid.
The Public Works Director has determined and reports that Vanguard 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
Vanguard.
The Public Works Director recommends that the bid submitted by Vanguard, 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 Monitoring
Program in compliance with the California Environmental Quality Act, and a Notice of Determination was filed with
the County Clerk on March 14, 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 the San Pablo Dam Road Walkability project would be delayed, and the project might not be built.
CHILDREN'S IMPACT STATEMENT:
Not applicable.