HomeMy WebLinkAboutMINUTES - 07271999 - C1 TO: BOARD OF SUPERVISORS
FROM: J. ICHAE: ALFORD, PUBLIC WORKS DIRECTOR
DATE: JULY 27, 1999
SUBJECT- CONTRACT ,WARD RECOMMENDATION: STONE VALLEY ROAD SHOULDER
IMPROVEMENTS, PHASE 2 PROJECT,
PROJECT NO. 4660®6X4244, ALAMO AREA.
SPECCFIC REOUrST(S)OR RECOMMENDATION(S)&BACKGROUND AND,iU T! RCAT!ON
L RECOMMENDED ACTION:
AWARD the Contract for furnishing labor and materials for the subject project to Cimarron
Construction, the low bidder, in the amount of$68,015.00 and at the unit prices submitted; and
REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the
amounts of$68,015. 30 and $66,015.00, respectively.
DIRECT the Public Works Director to prepare the contract for the project.
AUTHORIZE the Public Warks Director to sign the Contract on behalf of the Board subject to the
Director having reviewed and found sufficient all required documents, including the contract
Signed by the contractor, the aforementioned Surety bonds, and a certificat f insurance.
Continued on Attachment. X SIGNATURE.
RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE —
ACTR N OF BOARD ON ,duly 27, 1999 APPROVED AS RECOMMENDED _y,_OTHER
VOTE OF SUPERVISORS
X . UNANIMIOUS(ABSENT - -�
AYES- NOES:
11 hereby Certify that this s a true and correct copy
R3:k; sof an action taker and entered on the minutes of
GIGRRCA`:AlCONSnBC\19S8107-.:Ui�.27-SVRSP2.00C
orig.®Fe.: ?w{cc str) rthe Board of Supervisors on the date shown.
Contact: .Mike Ca°ison(925),313-2320
cc. County Adininistrator
Auditor-Contro4er
Public Works; JULY 27 1999
-R.Bruno,Construction ATTESTED: y
R.G ichnst,Accounting
-Design PHIL BATCHELOR, Clerk of the Board of
--ranso.Engin.
S.B.E. Supervisors and County Administrator
703.Market St.
San Frsnoiscc,CA 941:03-1000
Contracts:
By , Deputy
(1 of 2)
SUBJECT- contract Award Recommendat€oar.
Stone Valley Road Shoulder Improvements, Phase 2 Project,
Project No. 4660=9x4244,Alamo area.
BOARD DATE: July 27, 1999
I. RECOMMENDED ACTION: (continued)
DIRECT that, in accordance with the project specifications and/or upon the execution of the
contract by the Public Works Director, any bid bonds posted by the bidders be exonerated and
any checks or cash submitted for bid security be returned.
€ ur uant to Public Contract Code Section 4114, the Board DELEGATES its fnotions ender
Public Contract Code Sections 4107 and 4110 to the Public Works Director or his designee.
Pursuant to Section 6705 of the Labor Code, the Board also DELEGATES to the Public Work
Director or to any registered civil or structural engineer designated by hire the authority to accept
detailed pians 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 Cimarron Construction be invalidated for any
reason, the Board would not in any event have awarded the contract to the second luted bidder
or any other bidder, but instead would have exercised 3,s discretion to reject all of the bids
received. clothing herein shall prevent the Board from; rewarding the contract to another bidder
in cases where the successful bidder establishes a mistake, refuses to sign the contract or fair
to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107).
If. FINANCIAL IMPACT:
The project, including engineering and appropriate overhead charges, is funded by Measure C
(100%).
Ill. REASONS FOR RECOMMENDATIONS AND BACKGROUND.
The plans and specifications were approved and the project advertised for bids by the Board of
Supervisors on June 15, 1099, The bids were received and opened at 255 Glacier Drive,
Martinez, California, on Tuesday July 20, 1999. The construction bids received were as follows
1. Cimarron Construction .............................................................................$66,015.00
2. Mess Concrete Construction Company, Inc. ..... ....... ........ .......--$68,560.00
. Bruce Carone Grading & Paving, Inc. ...-.............--... ...-......-...---..$79,890.00
4. Bay Cities Paving & Grading, Inc. ............................................................$81,584.00
5. Gordon N. Ball, Inc...............................................................................-$105,400.00
6. DK Environmental ...............................................................°.......,...,...,..$285,025,00
The Engineers estimated construction cost was $61,500.00.
(2 sof 2)