HomeMy WebLinkAboutMINUTES - 08081995 - SD7 yf � •z � /
THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on August 8, 1995, by the following vote:
AYES: Supervisors Rogers, Smith, DeSaulniers, Torlakson, Bishop
NOES: None
ABSENT: None
ABSTAIN:None
SUBJECT: Award of Contract for Byron Highway Bridge
Rehabilitation and Seismic Retrofit Project,
Byron area
Project No. 0662-6R4239-94
Bidder Total Amount Bond Amounts
West Coast Bridge, Inc. $684,815.00 Payment:
3781 Mallard Dr. $342,407.50
Benicia, CA 94510 Performance:
$684,815. 00
Palomar Grading & Paving, Inc.
Escondido, 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 July 20, 1995;
and
The lowest monetary bidder, SeaWorks Incorporated ("SeaWorks") ,
having failed to submit at the time of bid opening a properly completed
DBE Bidder Information form, as required by the project specifications;
and
SeaWorks having been notified of such failure by the Contract
Compliance Officer, SeaWorks having appealed to the County
Administrator, and the County Administrator having denied SeaWorks'
appeal; and
The bidder listed first above, West Coast Bridge, Inc. ("West
Coast") , having submitted the lowest responsive and responsible bid,
which is $149 , 105.00 less than the next lowest bid; and
The Contract Compliance Officer having reported that West Coast
has attained disadvantaged business enterprise (DBE) participation of
11.08%, and the Board having considered West Coast's documentation of
good faith effort to comply with the DBE goal (i.e. , 20%) and
requirements for this project; and
The bidder listed second above, Palomar Grading & Paving, Inc.
("Palomar") , having filed a written protest against the bids submitted
by SeaWorks and West Coast; and
The Director of Public Works recommending that the bid submitted
by West Coast 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 bid submitted by SeaWorks was
incomplete and non-responsive, in that the Bidder DBE Information form
was not properly completed, and the Board REJECTS said bid on that
basis; and
The Board FURTHER DETERMINES that the bid protest filed by Palomar
is without merit and REJECTS said bid protest; and
AWARD OF CONTRACT FOR BYRON HIGHWAY BRIDGE August 8, 1995
REHABILITATION AND SEISMIC RETROFIT PROJECT,
BYRON AREA
The Board FURTHER DETERMINES that West Coast, as the lowest
monetary bidder, has demonstrated a good faith effort, pursuant to the
specifications for this project, to comply with the DBE goal (i.e. ,
20%) and requirements for this project, and the Board WAIVES any
irregularities in such compliance; and
The Board ORDERS that the contract for the furnishing of labor and
materials for said work is awarded to West Coast at the listed amount
and at the 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 excavation covered by that section; and
The Board DECLARES that, should the award of the contract to West
Coast 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) .
Contact: Joseph P. Murphy, (510) 313-2321
Orig. Dept: PW-Const.
cc: Public Works-Construction
Design
County Administrator (Contract Compliance)
County Counsel
Auditor-Controller
West Coast Bridge, Inc. (Via PW-Const. )
SeaWorks Incorporated (Via PW-Const. )
Palomar �Glrading & Paving, Inc. (Via PW-Const. )
1 hereby certify that this is a true���o&yt c6Pfrj0# PW—Const. )
an action taken and entered or&bd3n;!K4e9 *0416 Natoma St. , San Francisco, CA 94103-2514
Board of Supervisors on the date shown.
ATTESTED: i r —2—
PHIL
2—PHIL BATCHEL R,Clerk of the Efoard °
of Supervisors and County Administrator
� � � AqAU 6 Deputy