Loading...
HomeMy WebLinkAboutMINUTES - 08081995 - C1 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: August 8, 1995 SUBJECT: Contract Award Recommendation: Pacheco Blvd. Frontage Improvements Project, Project No. 0662-6R4276-94, Martinez area. Specific Request(s)or Recommendation(s)&Background&Justification RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Zolman Construction & Development, Inc., the low bidder, who has also met the requirements of the County's Disadvantaged Business Enterprise Contract Compliance Program, in the amount of $260,710.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of $ 130,355.00 and $260,710.00, respectively. DIRECT the Public Works Director to prepare the contract for the project. AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the Director having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Public Works Director, any bid bonds posted by the bidders be exonerated and any checks or cash submitted for bid security be returned. Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Public Works Director or his designee. Pursuant to section 6705 of the Labor Code, the Board also DELEGATES to the Public Works Director or to any registered civil or structural engineer 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. DECLARE that, should the award of the contract to Zolman Construction be invalidated for any reason, the Board would not in any event have awarded the contract to the second listed bidder or 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). Continued on attachment: X yes SIGNATU RECOMMENDATION OF COUNTY ADMINISTRATOR l _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER: - SIGNATURE(S): THER: _SIGNATURE(S): ACTION OF BOARD ON: 9-`3-9S APPROVED AS RECOMMENDED OTHER V9TE OF SUPERVISORS ✓ UNANIMOUS (ABSENT—) AYES:_ NOES: ABSENT: ABSTAIN: Contact: Joseph P. Murphy, (510) 313-2321 Orig.Div.: PW-Const. cc: County Administration Auditor-Controller I hereby certify that this is a true and correct copy of Public Works; -Accounting an action taken and entered on the minutes of the -Construction,R.Bruno � -Design,V.Germany Board of Supervisors on the date shown. -Trans.Eng.,H.Ballenger ATTESTED: aAJLa A i- F,. S.B.E.- PHIL BATCHEL_ R,Clerk of the Board '. 926 Natoma St. of Supervisors and County Administrator San Francisco,CA 94103-2514 Contractor RB:mw a+ d�,o--d—��,Deputy g:\const\BO\PFI-8.t8 P Oject Name: Pacheco Blvd.Frontage Improvments Project No. 0662-6114276-94 �+ Board Date: August 8, 1995 Page 2 of 2 FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Shell Oil Company (100%). REASONS FOR RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on June 6, 1995. The bids were received and opened at 255 Glacier Drive, Martinez, California, on July 20, 1995. The construction bids received were as follows: 1. Zolman Construction & Development, Inc. . . . . . . . . . . . . . . . . . . . . . . $260,710.00 2. McGuire & Hester . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2722909.00 3. Joe Carone, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2761343.96 The Engineer's estimated construction cost was $264,328.10.