The construction contract will be funded by 65% Department of Water Resources Grant Funds, 30% County General Fund, 5% Flood Control District Zone 7 Funds.
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 Chief Engineer. On April 4, 2017, the Flood Control and Water Conservation District received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
Ghilotti Construction Company (“Ghilotti”): $1,702,795.25; Payment: $1,702,795.25; Performance: $1,702,795.25
W.R. Forde Associates: $1,820,644.00
Maggiora & Ghilotti, Inc.: $1,957,957.50
Serafix Engineering Contractors, Inc.: $2,115,416.00
The Chief Engineer has reported that Ghilotti 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 Chief Engineer recommends that the construction contract be awarded to Ghilotti.
The Chief Engineer recommends that the bid submitted by Ghilotti is the lowest responsive and responsible bid, which is $117,848.75 less than the next lowest bid, and this Board concurs and so finds.
The Board of Supervisors previously adopted the combined Finding of No Significant Impact/Mitigated Negative Declaration and Mitigation Monitoring Reporting Program in compliance with the California Environmental Quality Act (CEQA) on July 7, 2015, and a Notice of Determination was filed with the County Clerk on July 9, 2015.
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.
Construction of the project would be delayed, and the project might not be built.