Loading...
HomeMy WebLinkAboutMINUTES - 07191994 - 1.4 F.� THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 19, _"9 , by the following vote: AYES: Supervisors Smith, Bishop, DeSaulnier, Torlakson and Powers NOES: None ABSENT: None ABSTAIN: Nene SUBJECT: Award of Contract for Kensington Roads Improvement Assessment District Overlay - Phase 2 Project in the Kensington area Project No. 4500-6X5225-92 Bidder Total Amount Bond Amounts Gallagher & Burk, Inc. $351, 452 .95 Payment: P.O. Box 7227 $175,726.48 Oakland, CA 94601 Performance: $351,452.95 Ghilotti Bros. Construction San Rafael, CA O.C. Jones & Sons Berkeley, CA The above-captioned project and the plans and specifications therefor having .been previously approved, and bids having been duly invited and received by the Director of Public Works on June 21, 1994; and The bidder listed first above, Gallagher & Burk, Inc. ("G & B") having submitted the lowest responsive and responsible bid, which is $7, 161. 36 less than the next lowest bid; and The Contract Compliance Officer having reported that G & B has attained MBE participation of 11. 1% and WBE participation of 11.4%, which exceeds the WBE goal for this project (i.e. , 6%) , and the Board having considered G & B's documentation of good faith effort to comply with the MBE goal for this project (i.e. ,� 14%) and the requirements of the County's Minority and Women Business Enterprise Program; and G & B having listed in its bid Camp Brothers ($13,234 . 00) , which firm was previously and is presently certified as an MBE by the County, and G & B having committed to utilize Camp Brothers to perform off-haul trucking for this project; and if MBE credit were allowed for such firm, G & B would exceed the MBE goal for this project; and The Director of Public Works recommending that the bid submitted by G & B is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board DETERMINES that G & B, as the lowest responsive and responsible bidder, has met or exceeded the WBE goal for this project (i.e. , 6%) and has demonstrated a good faith effort, pursuant to Public Contract Code Section 2000 and the specifications for this project, to comply with the MBE goal for this project (i.e. , 14%) and the requirements of the County's Minority and Women Business Enterprise Program, and the Board WAIVES any irregularities in such compliance; and AWARD OF CONTRACT FOR KENSINGTON ROADS . July 19, 1994 IMPROVEMENT ASSESSMENT DISTRICT OVERLAY PHASE 2 PROJECT, KENSINGTON AREA The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to G & B at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works is authorized to sign any escrow agreements prepared for this project to permit the substitution of securities for moneys withheld by the County to ensure performance under the contact, pursuant to Section 22300 of the Public Contract .Code; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works or his designee; and Pursuant to Labor Code Section 6705, the Board FURTHER DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County and designated by him the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavating covered by that section; and The Board DECLARES that, should the award of the contract to G & B 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 herein shall prevent the Board from reawarding 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) . I hereby certify that this Is a true and correctcopyof an action taken and entered on the minutes of the Board of Supervisors�tt date shown. ATTESTED: L 7 r-1994. PHIL BATCHELOR,clerk of the Board Of Supervisors and county Administrator BY- "WAd. ,Deputy Orig. Dept: PW-Const. cc: County Administrator Auditor-Controller Public Works-Design Accounting R. Bruno Contractor (Via Const. Div. ) Surety (Via Const. Div. ) Co. Cozen Se 1 -2-