PDF Return
C. 6
To: Board of Supervisors
From: Julia R. Bueren, Public Works Director/Chief Engineer
Date: December  6, 2016
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: Construction Contracts for the 2017 On-Call Contract(s) for Various Road, Flood Control, and Airport Maintenance Work, Countywide.

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   12/06/2016
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: Allison Knapp, (925) 313-7008
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:     December  6, 2016
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

(1) APPROVE the specifications for the 2017 On-Call Contract(s) for Various Road, Flood Control, and Airport Maintenance Work, Countywide. Project No. 0672-6U2009-17 (All Districts)  
  

(2) DETERMINE that GradeTech, Inc. (GradeTech), the lowest monetary bidder, has complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and the Board WAIVES any irregularities in such compliance; and FURTHER DETERMINE that GradeTech has submitted the lowest responsive and responsible bid for the contract and has complied with the Mandatory Subcontracting Minimum for the project.   





RECOMMENDATION(S): (CONT'D)
  
(3) DETERMINE that Hess Concrete Construction Co., Inc. (Hess), the second lowest monetary bidder, has complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and the Board WAIVES any irregularities in such compliance, and FURTHER DETERMINE that Hess has submitted the second lowest responsive and responsible bid for the contract and has complied with the Mandatory Subcontracting Minimum for the project.  
  
(4) DETERMINE that Engineered Soil Repairs, Inc. (ESR), the third lowest monetary bidder, has complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and the Board WAIVES any irregularities in such compliance, and FURTHER DETERMINE that ESR has submitted the third lowest responsive and responsible bid for the contract and has complied with the Mandatory Subcontracting Minimum for the project.  
  
(5) AWARD on-call contracts to the following three contractors in the following priority for Job Orders, as provided in the project specifications:  
  
(A) GradeTech, in a not to exceed amount ($500,000.00) and the unit prices submitted in the bid ($1,193.00 Total Unit Price).  
(B) Hess, in a not to exceed amount ($500,000.00) and the unit prices submitted in the bid ($1,484.00 Total Unit Price).  
(C) ESR, in a not to exceed amount ($300,000.00) and the unit prices submitted in the bid ($1,614.25 Total Unit Price).  
  
(6) DIRECT that the Public Works Director, or designee, shall prepare the contracts.   
  
(7) ORDER that after the contractors have signed the contracts and returned them, together with any required certificates 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 contracts for this Board.   
  
(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 Contracts 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) DECLARE that, should the award of the contract to GradeTech, Hess, or ESR be invalidated for any reason, the Board would not in any event have awarded the contracts to any other bidders, 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:

All three contracts will be funded by 100% Local Road Funds.   

BACKGROUND:

The above project was previously approved by the Board of Supervisors, specifications were filed with and approved by the Board, and bids were invited by the Public Works Director. On November 1, 2016, the Public Works Department received bids from the following contractors:   
  
BIDDER, TOTAL UNIT AMOUNT   
  
GradeTech, Inc.: $1,193.00 Total Unit Price  
  
Hess Concrete Construction Co., Inc.: $1,484.00 Total Unit Price  
  
Engineered Soil Repairs, Inc.: $1,614.25 Total Unit Price  
  
GradeTech submitted the lowest responsive and responsible bid, which is $291.00 (Total Unit Price) less than the next lowest bid.   
  
Hess submitted the second lowest responsive and responsible bid, which is $130.25 (Total Unit Price) less than the next lowest bid.  
  
ESR submitted the third lowest responsive and responsible bid.  
  
The Public Works Director has reported that the bids submitted by GradeTech, Hess, and ESR 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 that the contracts be awarded to GradeTech, Hess, and ESR in that order. The Public Works Director recommends that the bids submitted by GradeTech, Hess, and ESR are the lowest responsive and responsible bids and this Board so concurs and finds. As provided in the project specifications, the three on-call contracts would be awarded in the following priority for Job Orders: (1) GradeTech; (2) Hess, and (3) ESR.  
  
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, with copies to be made available to any party upon request.

CONSEQUENCE OF NEGATIVE ACTION:

The Public Works Department may be unable to complete routine road, flood control, and airport maintenance work in a timely manner.  

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