The construction contract and associated fees of this project will be funded by 82% Local Road Fund, 10% Measure J Fund and 8% Transportation Development Act Grant.
The above project was previously approved by the Board of Supervisors, specifications were filed with the Board, and bids were invited by the Public Works Director. On July 2, 2019, the Public Works Department received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
Kerex Engineering, Inc, $418,110.00
Silao General Engineering, Inc., $449,969.88
Pacific Infrastructure Construction, LLC, $474,647.00; Payment: $474,647.00; Performance: $474,647.00
Sposeto Engineering, Inc., $563,639.00
Ghilotti Bros., Inc., $601,362.50
W. R. Forde Associates, Inc., $697,930.00
FBD Vanguard Construction, Inc., 742,013.60
The Public Works Director has determined that Kerex Engineering, Inc. submitted a non-responsive bid by failing to document an adequate good faith effort to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and the Public Works Director recommends rejection of the bid submitted by Kerex Engineering, Inc.
On, May 4, 2017, Kerex Engineering, Inc. was notified in writing of the Public Works Director’s determination. A copy of the letter is attached to this Board Order. Kerex Engineering, Inc. did not appeal the determination.
The Public Works Director has determined that Silao General Engineering, Inc. submitted a non-responsive bid by failing to document an adequate good faith effort to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and the Public Works Director recommends rejection of the bid submitted by Sposeto Engineering, Inc.
On, May 4, 2017, Silao General Engineering, Inc. was notified in writing of the Public Works Director’s determination. A copy of the letter is attached to this Board Order. Silao General Engineering, Inc. did not appeal the determination.
The Public Works Director has determined that Pacific Infrastructure Construction, Inc. 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 Public Works Director recommends that the construction contract be awarded to Pacific Infrastructure Construction, LLC.
The Public Works Director recommends that the bid submitted by Pacific Infrastructure Construction, Inc. is the lowest responsive and responsible bid, which is $88,992.00 less than the next lowest bid, and this Board concurs and so finds.
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 Exemption was filed with the County Clerk on February 13, 2014.
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 this project would be delayed, and the project might not be built.