HomeMy WebLinkAboutMINUTES - 08061996 - C73 File: 307-9502/B.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on August 6, 1996, by the following vote:
AYES: Supervisors Rogers, Bishop, DeSaulnier, Torlakson, Smith
NOES: None
ABSENT: None
SUBJECT: Award of Contract for Bay Point Gateway Landscaping,
Willow Pass Road and Port Chicago Highway, Bay Point
Authorization No. WPE658
Bidder Total Amount Bond Amounts
Mori Hatsushi & Associates $186,875.00 Payment:
80 South Buchanan Circle (which includes $93,437.50
Pacheco, CA 94553 $140,298.80 Bid, Performance:
Item No. 1 and $186,875.00
$46,576.20 Bid
Item No. 2)
Consolidated Landscape Services Inc.
Benicia, California
Roquemore Engineering
Pacheco, California
W. T. Cook Construction, Inc.
Knightsen, California
Pacheco Brothers Gardening, Inc.
Hayward, California
The above-captioned project and the plans and specifications therefor having been
previously approved, Addendum No. 1 having been issued and approved, and bids having been
duly invited and received by the Director of General Services on June 6, 1996; and
The bidder listed first above, Mori Hatsushi & Associates ("Hatsushi"), having
submitted the lowest responsive and responsible bid, which is $3,125.25 less thanthe next
lowest bid; and
The Contract Compliance Officer having reported that Hatsushi has attained minority
business enterprise (MBE) participation of 89.01% and women business enterprise (WBE)
participation of 7.0%, which exceeds the MBE and WBE goals for this project and complies
fully with the requirements of the County's Minority and Women Business Enterprise Program;
and
The Director of General Services recommending that the bid submitted by Hatsushi 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 Hatsushi, as the lowest responsive and responsible
bidder has met or exceeded the MBE and WBE goals for this project (i.e., 14% and 6%
respectively) and has otherwise complied with the project specifications and the requirements of
the County s Minority and Women Business Enterprise Program; and
The Board ORDERS that the contract for the furnishing of labor and materials for
said work is awarded to Hatsushi 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 General Services shall prepare the contract therefor; and
Page 1 of 2
BAY POINT GATEWAY LANDSCAPING, 307-9502/B.4.4
WILLOW PASS ROAD AND PORT CHICAGO Augusf 6, 1996
HIGHWAY, BAY POINT
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 General Services has reviewed and found them
to be sufficient, the Director of General Services 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 General Services, 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 General Services is authorized
to sign any escrow agreements prepared for this project to permit the substitution of securities
for moneys withheld b the County to ensure performance under the contract, 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 ',4General
Services or his designee; and ,
The Board DECLARES that should the award of the contract to Hatsushi 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).
Orig. Dept.- General Services Dept. - Architectural Division
cc: General Services
Architectural Division
G.S. Accounting
File: 307-9502/A.5
County Administrator's Office t hereby certify that this Is a tMe and correct a
Contract Compliance Officer an anon t ken and entered on the minutes ofytM
eoard of S�s
Auditor-Controller
County Counsel ' IrrEsa PHIIBATCMELOR gerltpipnppary
Contractor (Via Arch. Div.) mafd '" 0'
Surety (Via Arch. Div.) 81�1"w CA��)
Consultant (Via Arch. Div.) 0►
3CO2S10B.WPD
GB:Is
f
E1
Page 2 of 2
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
(510) 313-7200 FAX(510) 313-7299
File: 307-9502/13.4.4
Date: July 23, 1996
TO: Board of Supervisors
FROM: Barton J. Gilbert, Director "Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date August 6, 1996,
Authorization No. WPE658
Bids for Bay Point Gateway Landscaping, Willow Pass Road and Port Chicago Highway, Bay Point were
received and opened at the County Architectural Division Offices on Thursday, June 6, 1996.
It is recommended that the Board of Supervisors award the construction contract to the low bidder, Mori
Hatsushi & Associates, of Pacheco, in the amount of$186,875.00, which includes $140,298.80 for Bid
Item No. 1, and $46,576.20 for Bid Item No. 2.
The Consultant's estimate was $191,000.00.
Other bids received were as follows: Bid Item Bid Item Total
No. 1 No. 2 Bid Amount
1. Consolidated Landscape Services Inc. $145,894.00 $ 44,106.25 $190,000.25
Benicia, California
2. Roquemore Engineering $ 96,886.00 $104,611.00 $201,497.00
Pacheco, California
3. W. T. Cook Construction, Inc. $176,591.00 $ 48,340.45 $224,931.45
Knightsen, California
4. Pacheco Brothers Gardening, Inc. $207,591.00 $ 49,399.00 $256,990.00
Hayward, California
The Contract Compliance Officer has reported that the low bidder has complied with the requirements of
the County's Minority and Women Business Enterprise Program.
3CO2S08M.WPD
GB:Is
Attachment
cc: County Administrator's Office
County Counsel
Clerk of the Board (w/bids)