HomeMy WebLinkAboutMINUTES - 08121997 - C1 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on August 12, 1997 by the following vote:
AYES: Supervisors Uilkema, Gerber, Canciamilla, Rogers
NOES: None
ABSENT: Supervisor DeSaulnier
ABSTAIN: None
SUBJECT: Award of Contract for Alhambra Valley Road Erosion Repair at Pinole Creek and
Castro Ranch Road Slide Repair Project, Pinole area.
Project Nos. 0672-6116254-97 & 0672-6R6279-97
Bidder Total Amount Bond Amounts
Payment:
Engineered Soil Repairs, Inc. $128,399.37 $64,199.69
1267 Springbrook Road
Walnut Creek, CA 94596 Performance:
$128,399.37
On Grade
Jamestown, CA
Kristin Construction
S. Lake Tahoe, CA
Swanson Construction
Stockton, CA
Ivan R. Smith Construction
El Sobrante, CA
W.T. Cook Construction, Inc.
Knightsen, CA
Cimarron Construction
Oakdale, CA
Bauman Landscape, Inc.
Richmond, CA
Hess Concrete Construction Co., Inc.
American Canyon, CA
Sarott Construction Co.
Martinez, CA
SUBJECT: Award of Contract for Alhambra Valley Road Erosion Repair at Pinole Creek and Castro Ranch
Road Slide Repair Project,Pinole area.
Project Nos. 0672-6R6254-97&0672-6R6279-97
DATE: August 12, 1997
PAGE: 2
Bidder (continued)
Rio Grading, Inc.
Concord, CA
Bay Cities Paving & Grading, Inc.
Concord, CA
Fanfa, Inc.
San Lorenzo, CA
Pfister Excavating, Inc.
Vallejo, CA
Gordon N. Ball, Inc.
Alamo, CA
The above-captioned project and the plans and specifications therefore having been previously
approved, and bids having been duly invited and received by the Director of Public Works on July 15, 1997;
and
The Contract Compliance Officer having reported that the lowest monetary bidder, Joe Carone, Inc.
("Carone"), has attained DBE participation of 17.3% and the Contract Compliance Officer having determined
that Carone has failed to meet the DBE goal for this project (20%) and has failed to document an adequate
good faith effort to comply with said goal and the DBE requirements, as provided in the project specifications,
and the Contract Compliance Officer recommending rejection of said bid; and
Carone having been notified in writing of the Contract Compliance Officer's determination and having
failed to appeal it, as provided in the project specifications; and
The bidder listed first above, Engineered Soil Repairs, Inc. ("Engineered Soil") having submitted the
lowest responsive and responsible bid, which is $6,567.43 less than the next lowest bid; and
The Contract Compliance Officer having reported that Engineered Soil has attained DBE participation
of 21.23%, which exceeds the DBE goal for this project (20%); and
SUBJECT: Award of Contract for Alhambra Valley Road Erosion Repair at Pinole Creek and Castro Ranch
Road Slide Repair Project,Pinole area.
Project Nos. 0672-6R6254-97&0672-6R6279-97
DATE: August 12, 1997
PAGE: 3
The Director of Public Works recommending that the bid submitted by Engineered Soil 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 lowest monetary bidder, Carone, has failed to meet the DBE goal
for this project, has failed to document an adequate good faith effort to comply with the DBE goal and
requirements for this project and has failed to appeal the Contract Compliance Officer's determination, as
provided in the project specifications, and the Board FURTHER DETERMINES that said bid is non-
responsive and REJECTS said bid on that basis:
The Board FURTHER DETERMINES that Engineered Soil, as the lowest responsive and responsible
bidder, has exceeded the DBE goal(20%) and has fully complied with the DBE 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 Engineered Soil 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 therefore; 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 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 Public Works or his designee; and
SUBJECT: Award of Contract for Alhambra Valley Road Erosion Repair at Pinole Creek and Castro Ranch
Road Slide Repair Project,Pinole area.
Project Nos. 0672-6R6254-97&0672-6R6279-97
DATE: August 12, 1997
PAGE: 4
Pursuant to Section 6705 of the Labor Code, the Board also DELEGATES to the Public Works
Director 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.
The Board DECLARES that, should the award of the contract to Engineered Soil 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).
COUNTY COUNSEL:JPM\tt:fp
G:\CONST\BO\AXC-12.T8 t hereby cer*that this Is a true and correct Copy of
an action taken and entered on the minutes pt tM
Board of Supervisors on the date shown
ATrESTeo: d la 1�q 7
PHIL BATCHVLOR,Clerk of the board
Contact: Joseph P.Murphy,(510)313-2321 of Supervisors and County Administrator
Orig.Dept: Public Works(Construction)
�!► -
cc: Public Works Department
Construction Division
Accounting
County Counsel
Auditor-Controller
Contractor(Via Construction Division)
Surety
S.B.E
703 Market
San Francisco,CA 94103-1000