HomeMy WebLinkAboutMINUTES - 08171999 - C.201 Cpl
File: 340-9501/B.4.4 ,
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
.Adopted this Order on August 17, 1999 by the following vote:
AYES: SUPERVISORS O?OLA, UTLLKEMA, GERBER, DESAUTLNUER A`�D CAINC1=AMIrILA
NOES: NONE
ABSENT: 1 ONE
SUBJECT: Award of Contract for
Laurel Road Park and Ballfield Improvements
Oakley, for Public Works Department
Budget bine Item.: 7792-4946
Authorization No. 0929- 1:946B
(Formerly WPE620)
Bidder Total AMQ= Band AmQmla
Coast Landscape Management $923,775.00 Payment: $923,775.00
6180-B Egret Cort (including Performance: $923,775.00
Benicia, California $860,925.00
Base Bid,
$289000.00
Add. Alt.No, 1,
And$34,850.00
Add. Alt. No. 2)
Goodland Landscape Construction,Inc.
San.Damon, California 94583
Renew-a-Line Constriction, Inc.
Redding, California
Rarnlor Construction,Inc.
Pleasanton, California
Valley gest
Pleasanton, California.
Teary Bros. Landscape
Danville, 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 July 15, 1999; and
The Director of General Services having determined that the lowest monetary bidder
Goodland Landscape Construction,Inc. ("Goodland")submitted a bid,,v'hich was non-responsive in that
Goodland does not possess the proper license classification, nor did they list a subcontractor who
possesses the proper license classification, for the water well portion of the work, and the Director of
General Services recommending rejection of said bid; and
The bidder listed first above, Coast Landscape Management (`:Coast"), having submitted
the lowest responsive and responsible bid; and
The Director of General Services recommending that the bid listed first above,Coast,is the
lowest responsive and responsible bid, and this Board concurring and so finding;
NOW,THEREFORE,the Board determines,rejects and orders as follows:
HAI 99513409s01\5K00131bAoc Page 1 of 2
GB:as (Rev.8!9/99)
LAUREL ROAD PARK AND BALLFIELD 340-9501/B.4.4
IMPROVEMENTS, OAKLEY, FOR PUBLIC August 17,1999
WORKS DEPARTMENT
The Board DETERMINES that the bid submitted by the lowest monetary bidder,
goodland,is non-responsive and.REJECTS said bid on these grounds, and ORDERS that goodland's
bid bond be exonerated; and
The Board FURTHER ORDERS that the contract for the f..unishing of labor and materials
for said work is awarded to Coast 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
General Services Department 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 after the Director of general Services has reviewed and found then 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 by the County to ensure performance under the contract, pursuant to Section 22300 of the
Public Contract Code; and
The Board DECLARES that should the award of the contract to Coast 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 Rept. -Architectural Division
cc. general Services Department
Architectural Division
G.S. Accounting
File; 340-9501/A.5
County Counsel
Contract Compliance Officer(Via Arch. Div.)
Public Works Department(Via Arch. Div.)
Coast Landscape Management (Via Arch. Div.)
goodland Landscape Construction(`Iia Arch. Div.)
€ hereby cerfify that this is a true and correct
copy of an action taken and entered on the
minutes of the Board of Supervisors on the
date shown.
ATTESTS; AUGUST 17, 1999
PHIL BATCHELOP, Clerk of the Board
of Su fsors and County. A mmistrator
By Deputy
HAI995\3409s0I15K0013lb.doc Page 2 of 2
GEMS (Rev.8/9/99)
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
(925) 313-7200 FAX (925)313-7299
File: 340-9501/8A.4
Date: August 9, 1.999
TO: Board of Supervisors edha]&&
FROM: Barton J. Gilbert, Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date August 17, 1999;
Authorization No. VM946B (Formerly WPE620)
Bids for Laurel Road Park and Balifield Improvements, Oakley, for Public Works Department, were
received and opened at the County Architectural Division Offices on Thursday, July 15, 1999.
Goodland Landscape Construction, Inc., of San Ramon, who submitted the low monetary bid of
$788,400.00 Base Bid, $28,900.00 Additive Alternate No. 1, and $44,700.00 Additive Alternate No. 2,
does not possess the proper license classification, nor did they list a subcontractor who possesses the
proper license classification, for the water well portion of the work. For this reason, it is recommended
that their bid be rejected as non-responsive and that their bid bond be exonerated.
It is recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, Coast Landscape Management, of Benicia, in the amount of
$923,775.00, which includes $860,925.00 Base Bid, $28,000.00 Additive Alternate No. 1 and
$34,850.00 Additive Alternate No. 2.
The initial construction estimate (Base Bid only)was $783,600.00.
Other bids received were as follows: Additive Additive
B-U I L Alt,NQ. I All, No. 2 Total
1. Renew-a-Line Constriction, Inc. $ 979,000.00 $ 43,000.00 $39,000000 $ 979,000.00
Redding, California
2. Ramlor Construction, Inc. $ 902,591.00 $105,810.00 $26,450.00 $1,034,851.00
Pleasanton, California
3. Valley Crest $ 997,411.00 $ 34,000.00 $35,000.00 $1,066,411.00
Pleasanton, California
4. Cleary Bros. Landscape $1,220,081.00 $ 37,800.00 $56,314.00 $1,314,195.00
Danville, California
cc: County Administrator's Office
Contract Compliance Officer
County Counsel
Clerk of the Board(w/bids)
HAI 995\340950 1\5K0'030m.do^. Is
(Rev.8/9/99)