HomeMy WebLinkAboutMINUTES - 08121997 - C18 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA, AS
GOVERNING BODY OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER
CONSERVATION DISTRICT
9
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 Livorna Road
Bridge Water Main Relocation
(Alternative "B") , Alamo area
Project No. 7520-6B8562-95
Bidder Total Amount Bond Amounts
Hess Concrete Const. Co. , Inc. $155,420. 00 Payment:
4484 Hess Dr. (Alternative "B") $77,710.00
American Canyon, CA 94589 Performance:
$155,420. 00
California Trenchless, Inc.
Castro Valley, CA
Pfister Excavating, Inc.
Vallejo, 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 Chief Engineer on July 22, 1997; and
The Contract Compliance Officer having reported that the lowest
monetary bidder, D. E. Bianchini, Inc. ("Bianchini") , has failed to
meet the MBE and WBE goals for this project (14% and 6%) and has failed
to document an adequate good faith effort to comply with said goals and
the M/WBE requirements, as provided in the project specifications, and
the Contract Compliance Officer recommending rejection of said bid; and
Bianchini having been notified in writing of the Contract
Compliance Officer's determination, having appealed it to the County
Administrator, as provided in the project specifications, and the
County Administrator having denied Bianchini's appeal; . and
The bidder listed first above, Hess Concrete Construction Co. ,
Inc. ("Hess") , having submitted the lowest responsive and responsible
bid, which is $11, 380. 00 less than the next lowest bid; and
The Contract Compliance Officer having reported that Hess has
attained MBE participation of 10.8% and WBE participation of 10.8%, and
the Board having considered the documentation of good faith effort
submitted by Hess; and
The Chief Engineer recommending that the bid submitted by Hess 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, Bianchini,
has failed to meet the MBE and WBE goals for this project and has
failed to document an adequate good faith effort to comply with said
goals and the M/WBE requirements for this project, and the Board
FURTHER DETERMINES that said bid is non-responsive and REJECTS said bid
on that basis; and
1
AWARD OF CONTRACT FOR LIVORNA ROAD August 12 , 1997
BRIDGE WATER MAIN REPLACEMENT
(ALTERNATIVE "B") , ALAMO AREA
The Board DENIES the appeal filed by Bianchini; and
The Board FURTHER DETERMINES that Hess, as the lowest responsive
and responsible bidder, has exceeded the WBE goal for this project
(i.e. , 6%) and has documented an adequate good faith effort, pursuant
to the specifications for this project, to comply with the MBE goal
(i.e. , 14%) 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 Hess at the listed amount and at
the unit prices submitted in said bid (Alternative "B") , and that said
contractor shall present two good and sufficient surety bonds as
indicated above, and that the Chief Engineer 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 Chief Engineer has reviewed and found them to be sufficient, the
Chief Engineer 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 Chief
, Engineer, 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 Chief Engineer 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 Public Contract Code Section
22300; and
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; and
Pursuant to Labor Code Section 6705, the Board FURTHER DELEGATES
to the Chief Engineer or to any registered civil or structural engineer
employed by the District 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 Hess
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 Department
- Construction Division
- Accounting
County Counsel
Auditor-Controller
-2-
AWARD OF CONTRACT FOR LIVORNA ROAD August 12, 1997
BRIDGE WATER MAIN REPLACEMENT
(ALTERNATIVE "B") , ALAMO AREA
Hess Concrete Const. Co. , Inc. (Via Const. Div. )
D. E. Bianchini, Inc. (Via Const. Div. )
Surety (Via Const. Div. )
S.B.E.
703 Market St.
San Francisco, CA 94103-1000
I hweby am*Md thfa b a true and=redor
ae action taken and entered on the minutas a {M
Board of S L—Ill on Mg date shown.
ATTESTED
PHIL BATCHELOR,Clerk oethe boa
of Supervisors and County Administrator
a fUpoq
-3-