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.