Loading...
HomeMy WebLinkAboutMINUTES - 08091994 - 1.9 } THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, AS THE GOVERNING BODY OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Adopted this Order on August 9, 1994, by the following vote: AYES: Supervisors Smith, Bishop, DeSaulnier, Torlakson and Powers NOES: None ABSENT: None ABSTAIN: None SUBJECT: Award of Contract for Drainage Area 13, Line C-1 Project in the Alamo area Project No. 7552-6D8488-93 Bidder Total Amount Bond Amounts Siteworks Const. Co. $48,270. 18 Payment: P.O. Box 1324 $24, 135.09 Lafayette, CA 94549 Performance: $48,270. 18 . M & G Construction Larkspur, CA Manuel C. Jardim, Inc. Union City, CA JMB Construction San Francisco, CA JSJ Pipeline Co. Hayward, 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 Chief Engineer; and The Contract Compliance Officer having determined that the lowest monetary bidder, M & G Construction ("M & G") , has failed to meet the minority business enterprise (MBE) and women business enterprise (WBE) goals for this project and has failed to document an adequate good faith effort to comply with said goals and the requirements of the County's Minority and Women Business Enterprise Program, as required by the project specifications, and the Contract Compliance Officer recommending rejection of said bid; and M & G having been notified of the Contract Compliance Officer's determination and having filed a written appeal with the County Administrator, as provided in the project specifications; and The County Administrator having denied the appeal filed by M & G and having notified M & G in writing of such denial; and The bidder listed first above ("Siteworks") having submitted the lowest responsive and responsible bid, which is $882 .82 less than the next lowest bid; and The Contract Compliance Officer having reported that Siteworks has attained MBE participation of 94. 0% and WBE participation of 6.4%, which exceeds the MBE and WBE goals for this project (i.e. , 14% and 6%) ; and s AWARD OF CONTRACT FOR DRAINAGE AREA August 9, 1994 13, LINE C-1 PROJECT, ALAMO AREA The Chief Engineer recommending that the bid submitted by Siteworks 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 the lowest monetary bidder, M & G, has failed to meet the MBE and WBE goals for this project, has failed to document an adequate good faith effort and has otherwise failed to comply with the specifications for this project and with the requirements of the County's Minority and Women Business Enterprise Program, and the Board DETERMINES that said bid is non-responsive and REJECTS said bid on that basis; and The Board CONFIRMS denial of the appeal filed by M & G; and The Board FURTHER DETERMINES that Siteworks, as the lowest responsive and responsible bidder, has exceeded the MBE and WBE goals for this project; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Siteworks 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 Chief Engineer 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 Chief Engineer has reviewed and found them to be sufficient, the Chief Engineer 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 Chief Engineer, 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 Chief Engineer 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 Chief Engineer or his designee; and The Board DECLARES that, should the award of the contract to Siteworks 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) . Orig. Dept: PW-Const. cc: County Administrator Auditor-Controller Public Works-Design Accounting R. Bruno Siteworks Const. Co. (Via Const. Div. ) M & G Construction (Via Const. Div. ) Surety (Via Const. Div. ) I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the —2— Board of Supervisoq�on the d to shown y ATTESTED:�. ,�c PHIL BATCHELO ,Clerk of the Board of Supervisors and unty Administrator ey. ,Deputy