HomeMy WebLinkAboutMINUTES - 08121997 - C3 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 EI Portal Drive Overlay and Bike Route Project,
San Pablo area.
Project No. 0662-6R4121
Bidder Total Amount Bond Amounts
Bay Cities Paving & Grading, Inc. $223,135.00 Payment:
P.O. Box 6227 $111,567.50
Concord, CA 94524
Performance:
Joe Carone, Inc. $223,135.00
Crockett, CA
W.T. Cook Construction, Inc.
Knightsen, CA
J.A. Gonsalves & Son
Napa, 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 22, 1997; and
The lowest monetary bidder, Bauman Landscape, Inc. ("Bauman"), having failed to submit
a bid bond as required by the project specifications, and notice of such deficiency having been
given to Bauman; and the Director of Public Works recommending rejection of said bid; and
The bidder listed first above, Bay Cities Paving & Grading, Inc. ("Bay Cities"), having
submitted the lowest responsive and responsible bid, which is $14,085.50 less than the next lowest
bid; and
UBJECT: Award of Contract for EI Portal Drive Overlay and Bike Route Project, San Pablo area.
Project No. 0662-6R4121
DATE: August 12, 1997
PAGE: 2
The Contract Compliance Officer having determined that Bay Cities has attained MBE
participation of 14.3% and WBE participation of 32.0%, which exceeds the MBE and WBE goals
for this project and complies fully with the M/WBE requirements for this project; and
The Director of Public Works recommending that the bid submitted by Bay Cities 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, Bauman has failed to submit a
bid bond as required by the project specifications, and the Board DETERMINES that said bid is
non-responsive and void and REJECTS said bid on that basis; and
The Board FURTHER DETERMINES that Bay Cities, as the lowest responsive and
responsible bidder, has exceeded the MBE and WBE goals for this project (i.e., 14% and 6%
respectively) and has complied with the M/WBE requirements for this project; and
The Board ORDERS that the contract for the furnishing of labor and materials for said work
is awarded to Bay Cities 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 EI Portal Drive Overlay and Bike Route Project, San Pablo area.
Project No. 0662-6R4121
DATE: August 12, 1997
PAGE: 3
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 Bay Cities, 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:RB:tt:fp I hereby certify that this Is a true and correct copy of
G:\CONST\BO\EPO-12.T8 an action taken and enured on the minutes of the
Board of Supe
r
visors on the date shown.
ATTESTED: 0 1 10
PHIL BATC LOR,Clerk of he board
Contact: Joseph P. Murphy, (510)313-2321 otsupenl and
coun for
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