HomeMy WebLinkAboutMINUTES - 06092015 - C.08RECOMMENDATION(S):
1. APPROVE plans, specifications, and design for the Alhambra Valley Road Safety Improvements, East of Bear
Creek Road Project. County Project No. 0662-6R4101, Federal Project Nos. HRRRL 5928 (098) and HSIPL 5928
(098).
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 Bay Cities Paving & Grading, Inc., (“Bay Cities”), exceeded the
Disadvantaged Business Enterprise (DBE) Goal for this project and that Bay Cities has submitted the lowest
responsive and responsible bid for this project.
4. AWARD the construction contract for the above project to Bay Cities, in the listed amount ($1,328,572.83) and the
unit prices submitted in the bid and DIRECT that Bay Cities 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 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.
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 06/09/2015 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
ABSENT: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: June 9, 2015
David Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc:
C. 8
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:June 9, 2015
Contra
Costa
County
Subject:Contract for the Alhambra Valley Road Safety Improvements East of Bear Creek Road Project, Martinez area
RECOMMENDATION(S): (CONT'D)
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 Bay Cities 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 26% Highway Safety Improvement Program (HSIP) Funds and 24% High Risk Rural Road
(HRRR) Funds, 24% Proposition 1B, and 26% 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 April 14, 2015, the Public Works Department
received bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
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 April 14, 2015, the Public Works Department
received bids from the following contractors:
BIDDER TOTAL AMOUNT, BOND AMOUNTS
Ghilotti Bros., Inc.: $1,176,150.40
Bay Cities Paving & Grading, Inc.: $1,328,572.83; Payment Bond: $1,328,572.83; Performance Bond: $1,328,572.83
Granite Rock Company: $1,353,403.00
Maggiora & Ghilotti, Inc.: $1,387,597.00
Ghilotti Construction Company, Inc.: $1,410,860.00
RGW Construction, Inc.: $1,774,443.00
On April 21, 2015, Ghilotti Bros., the lowest apparent bidder, gave timely written notice to the County of a mistake
made in the filling out of Ghilotti Bros.' bid and requested to be relieved of the bid. The Public Works Director
recommends that the Board consent to relieve Ghilotti Bros. of its bid pursuant to Public Contract Code Section 5101.
The bidder listed second above, Bay Cities, submitted the lowest responsive and responsible bid, which is $24,830.17
less than the next lowest bid.
This is a federally-funded project subject to a DBE contract goal and requirements. The Public Works Director has
determined and reports that Bay Cities attained 24.14% DBE participation, which exceeds the DBE goal for this
project and the Public Works Director recommends that the construction contract be awarded to Bay Cities.
The Public Works Director recommends that the bid submitted by Bay Cities, 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 1, 2012.
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.
Ghilotti Bros., Inc.: $1,176,150.40
Bay Cities Paving & Grading, Inc.: $1,328,572.83; Payment Bond: $1,328,572.83; Performance Bond: $1,328,572.83
Granite Rock Company: $1,353,403.00
Maggiora & Ghilotti, Inc.: $1,387,597.00
Ghilotti Construction Company, Inc.: $1,410,860.00
RGW Construction, Inc.: $1,774,443.00
On April 21, 2015, Ghilotti Bros., the lowest apparent bidder, gave timely written notice to the County of a mistake
made in the filling out of Ghilotti Bros.' bid and requested to be relieved of the bid. The Public Works Director
recommends that the Board consent to relieve Ghilotti Bros. of its bid pursuant to Public Contract Code Section 5101.
The bidder listed second above, Bay Cities, submitted the lowest responsive and responsible bid, which is $24,830.17
less than the next lowest bid.
This is a federally-funded project subject to a DBE contract goal and requirements. The Public Works Director has
determined and reports that Bay Cities attained 24.14% DBE participation, which exceeds the DBE goal for this
project and the Public Works Director recommends that the construction contract be awarded to Bay Cities.
The Public Works Director recommends that the bid submitted by Bay Cities, 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 1, 2012.
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 Alhambra Valley Road Safety Improvements, East of Bear Creek Road Project would be
delayed, and the project might not be built.