PDF Return
C. 13
To: Board of Supervisors
From: Brian M. Balbas, Public Works Director/Chief Engineer
Date: September  13, 2022
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: Construction Contract for the Buchanan Field Airport (CCR) Security Upgrades Project, Concord area.

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   09/13/2022
APPROVED AS RECOMMENDED OTHER
Clerks Notes:

VOTE OF SUPERVISORS

AYE:
John Gioia, District I Supervisor
Candace Andersen, District II Supervisor
Diane Burgis, District III Supervisor
Karen Mitchoff, District IV Supervisor
Federal D. Glover, District V Supervisor
Contact: Adelina Huerta, 925.313-2305
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown.
ATTESTED:     September  13, 2022
Monica Nino, County Administrator
 
BY: , Deputy

 

RECOMMENDATION(S):

(1) APPROVE plans, specifications, and design for the Buchanan Field Airport (CCR) Security Upgrades Project, Concord area. County Project No. 4855-4663-SAS-6X5342, Federal Project No. AIP# 03-06-0050-032 and -033, (District 4).  
  

(2) DETERMINE that Golden Bay Fence Plus Ironworks, Inc. (“Golden Bay”), the lowest monetary bidder, has complied with the Disadvantaged Business Enterprise (DBE) requirement for this project as provided in the project specifications; and FURTHER DETERMINE that Golden Bay has submitted the lowest responsive and responsible bid for the project.  

RECOMMENDATION(S): (CONT'D)
  
(3) AWARD the construction contract for the above project to Golden Bay in the listed amount ($4,298,730) and the unit prices submitted in the bid, and DIRECT that Golden Bay shall present two good and sufficient surety bonds, as indicated below, and that the Public Works Director, or designee, shall prepare the contract.  
  
(4) ORDER that, after the contractor has signed the contract and returned it, together with the bonds as noted below and any required certificates of insurance or other required documents, and the Public Works Director has reviewed and found them to be sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board.  
  
(5) ORDER that, in accordance with the project specifications and/or upon signature of the contract by the Public Works Director, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned.  
  
(6) ORDER that, the Public Works Director, or designee, is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.  
  
(7) AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to Public Contract Code section 20142.  
  
(8) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the Board’s functions under Public Contract Code Sections 4107 and 4110.  
  
(9) DELEGATE, pursuant to Labor Code Section 6705, to the Public Works Director, or to any registered civil or structural engineer employed by the County, the authority to accept detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection during trench excavation covered by that section.  
  
(10) DECLARE that, should the award of the contract to Golden Bay be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing in this Board Order shall prevent the Board from re-awarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract, or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107).  
  

FISCAL IMPACT:

There will be no impact to the County’s General Fund. The construction contract will be funded by 93.6% Federal Aviation Administration (FAA) funds, 1.4%% Caltrans funds and 5% Airport Enterprise Funds.  
  
  

BACKGROUND:

The subject 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 February 22, 2022, the Public Works Department received bids from the following contractors:  
  
BIDDER, TOTAL AMOUNT (Base Bid Schedule I and Base Bid Schedule II)  
  
Golden Bay Fence Plus Ironworks, Inc.: $3,470,895.00  
Crusader Fence Company, LLC.: $3,502,735.58  
Roebbelen Contracting, Inc.: $3,583,720.00  
Saboo Inc.: $3,607,467.50  
  
The bidder listed first above, Golden Bay, submitted the lowest responsive and responsible bid for Base Bid Schedule I and Base Bid Schedule II, which is $31,840.58 less than the next lowest bid.  
  
The project’s bid documents included two bid schedules (Schedule I and Schedule II) that comprised the base bid and several additive bids. The low bidder was determined based on the sum of the base bids, as provided in the project specifications. The low bidder listed above, Golden Bay, submitted the lowest responsive and responsible base bid, which was $31,840.58 less than the next lowest base bid. Award of this contract is being made to include the scope of work associated with the base bid and all of the additive bid items, which brings the total contract amount to $4,298,730.00. As part of the contract execution process, the Public Works Director will ensure the contractor provides the requisite payment and performance bonds, each in the amount of $4,298,730.00.  
This is a federally funded project subject to a Disadvantaged Business Enterprise (DBE) program and requirements. The Public Works Director has determined and reports that the lowest monetary bidder, Golden Bay, has complied with the DBE requirements for this project. The Public Works Director recommends that the Board determine that Golden Bay has complied with the DBE requirements for this project and recommends that the construction contract be awarded to Golden Bay.  
  
The Public Works Director recommends that the bid submitted by Golden Bay is the lowest responsive and responsible bid and this Board concurs and so finds.  
  
The Board of Supervisors previously determined that the project is a California Environmental Quality Act (CEQA) Class 2 Categorical Exemption, pursuant to Article 19, Section 15302(b) of the CEQA guidelines, and a Notice of Determination was filed with the County Clerk on February 3, 2021.  
  
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.  
  
  

CONSEQUENCE OF NEGATIVE ACTION:

Construction of the project would be delayed, and the project might not be built, leaving significant security gaps at the Airport. Federal Aviation Administration (FAA) grant monies would potentially expire, jeopardizing future grant opportunities.  
  

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved