Loading...
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