Skip to main content
Contra Costa County Header
File #: 24-2360    Version: 1 Name:
Type: Consent Item Status: Passed
File created: 7/16/2024 In control: BOARD OF SUPERVISORS
On agenda: 8/6/2024 Final action: 8/6/2024
Title: AWARD and AUTHORIZE the Public Works Director, or designee, to execute three on-call contracts with Hennessey’s Construction and Fence, Alta Fence Co., and Crusader Fence Company LLC in the amount of $400,000, for the 2024 On-Call Fencing Services Contract(s) for Various Road, Flood Control, and Facilities Maintenance Work, Countywide. (100% Various Road, Flood Control District, and General Funds)

To:                                          Board of Supervisors

From:                                          Warren Lai, Public Works Director/Chief Engineer

Report Title:                     2024 On-Call Fencing Services Contract(s) for Various Road, Flood Control, and Facilities Maintenance Work, Countywide.

Recommendation of the County Administrator Recommendation of Board Committee

 

RECOMMENDATIONS:

(1) APPROVE specifications for the 2024 On-Call Fencing Services Contract(s) for Various Road, Flood Control, and Facilities Maintenance Work, Countywide area. Project No. 94031A-24.

(2) DETERMINE that Hennessey’s Construction and Fence (“Hennessey’s”), the lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that Hennessey’s has submitted the lowest responsive and responsible bid for this project.

(3) DETERMINE that Alta Fence Co. (“Alta”), the second lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that Alta has submitted the second lowest responsive and responsible bid for this project.

(4) DETERMINE that Crusader Fence Company LLC (“Crusader”), the third lowest monetary bidder, has complied with the requirements of the project specifications; and FURTHER DETERMINE that Crusader has submitted the third lowest responsive and responsible bid for this project

(5) AWARD on-call contracts to the following three contractors in the following priority for Job Orders, as provided in the project specifications:

(A) Hennessey’s, in a not to exceed amount ($400,000) and the unit prices submitted in the bid    ($10,924.00 Total Unit Price).

(B) Alta, in a not to exceed amount ($400,000) and the unit prices submitted in the bid    ($14,451.82 Total Unit Price).

(C) Crusader, in a not to exceed amount ($400,000) and the unit prices submitted in the bid    ($29,970.00 Total Unit Price).

(6) DIRECT that the Public Works Director, or designee, shall prepare the contracts.

(7) ORDER that, after the contractors have signed the contracts and returned them, together with any required certificates of insurance and 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 contracts for this Board.

(8) 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.

(9) 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.

(10) DECLARE that, should the award of the contract to Hennessey’s, Alta, and Crusader be invalidated for any reason, the Board would not in any event have awarded the contracts to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing in this Staff Report 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:

The contract, for a maximum amount of $400,000, will be funded by 100% Various Road, Flood Control District, and General Funds.

 

BACKGROUND:

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 July 9, 2024 the Public Works Department received bids from the following contractors:

BIDDER, TOTAL UNIT AMOUNT

Hennessey’s Construction and Fence, $10,924.00 Total Unit Price

Alta Fence CO., $14,451.82 Total Unit Price

Crusader Fence Company LLC, $29,970.00 Total Unit Price

Hennessey’s submitted the lowest responsive and responsible bid, which is $3,527.82 (Total Unit Price) less than the next lowest bid.

Alta submitted the second lowest responsive and responsible bid.

Crusader submitted the third lowest responsive and responsible bid

The Public Works Director has reported that the bids submitted by Hennessey’s, Alta, and Crusader comply with the requirements of the project specifications, and recommends that contracts be awarded to Hennessey’s, Alta, and Crusader in that order. The Public Works Director recommends that the bids submitted by Hennessey’s, Alta, and Crusader are the lowest responsive and responsible bids and this Board so concurs and finds. As provided in the project specifications, the three on-call contracts would be awarded in the following priority for Job Orders: (1) Hennessey’s and (2) Alta and (3) Crusader. The contracts will be for a one-year period, with the option of two one-year extensions.

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:

The Public Works Department may be unable to complete routine road, flood control, and facilities maintenance work in a timely manner.