The Project will be funded by 82% Highway Safety Improvement Program (HSIP) funds and 18% 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 May 18, 2021, the Public Works Department received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
Gruendl Inc. DBA Ray’s Electric, Inc.: $639,710.50; Payment: $639,710.50; Performance: $639,710.50
Dirt Dynasty, Inc.: $737,000.00
Coral Construction Company.: $788,976.00
The first bidder listed above, Ray’s Electric, submitted the lowest responsive and responsible bid, which is $97,289.50 less than the next lowest bid.
This is a federally funded project subject to a Disadvantaged Business Enterprise (DBE) contract goal and requirements. The Public Works Director reports that the lowest monetary bidder, Ray’s Electric, attained DBE participation of 18.90% exceeding the DBE goal (18.00%) and requirements for this project. The Public Works Director recommends that the Board determine that Ray’s Electric has complied with the DBE requirements for this project and recommends that the construction contract be awarded to Ray's Electric.
The Board of Supervisors previously determined that the project is exempt from the California Environmental Quality Act (CEQA) as a Class 1(c) Categorical Exemption, and a Notice of Determination was filed with the County Clerk on December 11, 2020.
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.