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.
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.
Construction of the Alhambra Valley Road Safety Improvements, East of Bear Creek Road Project would be delayed, and the project might not be built.