Loading...
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)