PDF Return
C. 11
To: Board of Supervisors
From: Julia R. Bueren, Public Works Director/Chief Engineer
Date: October  18, 2016
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: Award construction contract for Montalvin and MonTara Bay Parks Improvements, San Pablo area

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   10/18/2016
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: Jason Chen, 925-313-2299
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:     October  18, 2016
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

1. APPROVE the design, plans, and specifications for the above project.  
  

2. DETERMINE that the bid submitted by Suarez & Munoz Construction, Inc. complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and FURTHER DETERMINE that Suarez & Munoz Construction, Inc. submitted the lowest responsive and responsible bid for this project.  

  

RECOMMENDATION(S): (CONT'D)
3. AWARD the construction contract for the above project to Suarez & Munoz Construction, Inc. in the amount of $310,000 (Base Bid) and DIRECT that the Public Works Director, or designee, prepare the contract.  
  
4. DIRECT that Suarez & Munoz Construction, Inc. shall submit two good and sufficient security bonds (performance and payment bonds) in the amount of $310,000 each.  
  
5. ORDER that, after the contractor has signed the contract and returned it, together with the bonds, evidence of insurance, and 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. AUTHORIZE the Public Works Director, or designee, 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. AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to Public Contract Code Section 20142.  
  
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. DECLARE that, should the award of the contract to Suarez & Munoz Construction, Inc. 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:

92% Measure WW Funds and 8% General Funds  

BACKGROUND:

Voter approved Measure WW allocated grant funds to local parks for improvements. District I staff and community stakeholders in the San Pablo area recommended allocation of the Measure WW funds to Montalvin and MonTaraBay Parks for improvements. On October 3, 2013, County staff reported to the Transportation, Water and Infrastructure Committee (TWIC) with a recommendation for this project in CSA M-17 (San Pablo). Improvements for Montalvin Park will consist of renovation and replacement of the playground, asphalt paths, and picnic tables and chairs. Montalvin Park is experiencing erosion along the eastern slope leading to the park and the parking lot is experiencing flooding. The project will address the erosion and flooding issues with erosion control plantings, minor grading, a drainage swale, and renovation of the existing drainage system. Three (3) trees will also be planted near the picnic tables for shade. Improvements for MonTaraBay Park will consist of rehabilitation of a trash enclosure adjacent to the community center, replacement of existing landscaping, replacement of concrete walkway from the parking lot to the park for ADA access, storm drain lines, and baseball field drainage and irrigation.  
  
The Board found this project is a California Environmental Quality Act (CEQA), Class 2 Categorical Exemption, pursuant to Article 19, Section 15302 of the CEQA Guideline during the February 11, 2014 board meeting.  
Plans and specifications for the project have been prepared for the Public Works Department by Stantec Architecture, Inc. and filed with the Clerk of the Board by the Public Works Director. Bids were received and opened by the Public Works Department on September 15, 2016, and bids were as follows:  
  
  

BIDDER TOTAL BASE BID
Suarez & Munoz Construction, Inc. $310,000
McNabb Construction Co., Inc. $319,333
Cleary Bros. $338,954
A & E Emaar Company $379,000
  
  
All the bids received were more than the Architect's Estimate of $251,000. Staff has determined that the bids are within the normal range for projects of this nature and that sufficient funds are available.   
Staff has evaluated the low bid submitted by Suarez & Munoz Construction, Inc. and their good faith effort documentation. Suarez & Munoz Construction, Inc.’s bid is responsive and their good faith effort documentation is in compliance with the County's Outreach Program. The Public Works Director recommends that the Board award the construction contract to Suarez & Munoz Construction, Inc., the lowest responsive and responsible bidder, in the amount of $310,000.  
  
The general prevailing rates of wages, which shall be the minimum rates paid on this project, are on file with the Clerk of the Board, and copies are available to any party upon request.  

CONSEQUENCE OF NEGATIVE ACTION:

If the project is not approved, the grant funds would be diverted to another agency project and the project would not be constructed.  

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved