Loading...
HomeMy WebLinkAboutMINUTES - 08061996 - C30 -TO: BOARD OF SUPERVISORS, AS GOVERNING BODY OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICTr t FROM: J. MICHAEL WALFORD, CHIEF ENGINEER x,130 DATE: August 6, 1996 SUBJECT: Contract Award Recommendation: San Ramon Creek Storm Damage Repair (Site 10) Project, Project No. 7520-6691_72, Danville area. Specific Request(s) or Recommendation(s)&Bac group us i Ica ion RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Gordon N. Ball, Inc., the low bidder, in the amount of$37,664.00 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of $18,832.00 and $37,664.00, respectively. DIRECT the Chief Engineer to prepare the contract for the project. AUTHORIZE the Chief Engineer to sign the contract on behalf of the Board subject to the Chief Engineer having reviewed and found sufficient all required documents, including the contract signed by the contractor, the aforementioned surety bonds, and a certificate of insurance. DIRECT that, in accordance with the project specifications and/or upon the execution of the contract by the Chief Engineer, any bid bonds posted by the bidders be exonerated and any checks or cash submitted for bid security be returned. Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Chief Engineer or his designee. Pursuant to section 6705 of the Labor Code, the Board also DELEGATES to the Chief Engineer or to any registered civil or structural engineer designated by him the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavating covered by that section. DECLARE that, should the award of the contract to Gordon N. Ball, Inc. be invalidated for any reason, the Board would not in any event have awarded the contract to the second listed bidder or any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). Continued on attachment: X yes SIGNATURE. RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER: SIGNATURE (S): ACTION OF J0 U I$ WPPROVED AS RECOMMENDED OTHER VQTE OF SUPERVISORS ,/ UNANIMOUS (ABSENT—) AYES: NOES: ABSENT ABSTATff*— Contact: Joseph P. Murphy, (510) 313-2321 Orig. Div.: PWD (Constr) f hereby certfy that this is a true and correa copy of cc: County Administrator an action taken and entered on the minutes of the Auditor-Controller Board of Supery on the data shown. Public Works ATTESTED - Design,V. Germany PHIL BATCHELOR, ie o board Accounting, a Gilchrist ofSuparvisorsand Coui*AdmWeIrator - R. Bruno S.B.E.- By 0 A.ADo" 703 Market San Francisco, CA 94103-1000 Contractor RB:rs G:\CONST\BO\src-6.t8 San Ramon Creek Storm Damage Repair(Site 10) Project, Project No. 7520-6B9L72 Board Date:August 6, 1996 Page 2 of 2 �r A0 FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by FEMA (75%), State (18.75%), and Local (6.25%). RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on June 11, 1996. The bids were received and opened at 255 Glacier Drive, Martinez, California, on July 9, 1996. The construction bids received were as follows: 1. Gordon N. Ball, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $37,664.00 2. On Grade Contracting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $42,243.79 3. Joe Carone, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $45,105.00 4. Robert W. Tyson Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $45,504.00 5. Alamo Engineering . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $45,790.50 6. Durango Pipeline, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $53,985.00 7. Cimarron Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $57,375.00 8. Townsend Brothers Contracting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $62,193.05 9. Pfister Excavating, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $75,105.00 The Engineer's estimated construction cost was $46,530.00.