The contracts, for a maximum amount of $400,000 each, will be funded by 100% Local Road and Flood Control funds.
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 January 5, 2016, the Public Works Department received bids from the following contractors:
BIDDER, TOTAL UNIT AMOUNT
GradeTech, Inc.: $1,254.51 Total Unit Price
Redgwick Construction Co.: $1,398.50 Total Unit Price
Carone and Company, Inc.: $1,441.00 Total Unit Price
Hess Concrete Construction Co., Inc.: $1,511.50 Total Unit Price
A-S Pipelines, Inc.: $1,989.65 Total Unit Price
Innovative Construction Solutions: $2,028.00 Total Unit Price
G & S Paving: $6,139.92 Total Unit Price
The Public Works Director has reported that Redgwick and Carone, the second and third lowest monetary bidders, respectively, submitted non-responsive bids 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 has recommended rejection of the bids submitted by Redgwick and Carone.
On March 1, 2016, Redgwick and Carone were notified in writing of the Public Works Director's determination. Copies of the various letters are attached to this Board Order.
GradeTech submitted the lowest responsive and responsible bid, which is $143.99 less (Total Unit Price) less than the next lowest bid.
Hess submitted the second lowest responsive and responsible bid, which is $478.15 less (Total Unit Price) less than the next lowest bid.
The Public Works Director has reported that the bids submitted by GradeTech and Hess documented an adequate good faith effort to comply with the requirements of the County’s Outreach Program, as provided in the project specifications, and recommends that contracts be awarded to GradeTech and Hess in that order. The Public Works Director recommends that the bids submitted by GradeTech and Hess are the lowest responsive and responsible bids, and this Board so concurs and finds. As provided in the project specifications, the two on-call contracts would be awarded in the following priority for Job Orders: (1) GradeTech; and (2) Hess.
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.
The Public Works Department may be unable to complete routine road and flood control maintenance work in a timely manner.