Loading...
HomeMy WebLinkAboutMINUTES - 05211991 - 1.8 1.8 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on May 21, 1991, by the following vote: AYES: Supervisors Fanden, Schroder, McPeak, Torlakson and Powers NOES: None ABSENT: None ABSTAIN: None SUBJECT: Award of Contract for the Ironhorse Trail Bike Path Project in the Pleasant Hill/Walnut Creek area. Project No. 7891-6X5560-89 Engineer's Estimate: $111,417.00 Bidder Total Amount Bond Amounts H.B. Company $105,554.00 Payment: Castro Valley, CA $ 525777.00 Performance: $105,554.00 W.S.P. Trucking, Inc. Alviso, CA B & B Grading & Paving, Inc. Concord, CA Joe Carone, Inc. Crockett, CA Fanfa, Inc. San Lorenzo, CA Nylund Contracting Company Alamo, CA Heide & Williams, Inc. Napa, CA Sarott Construction Company Clayton, CA Hess Construction Company, Inc. Vallejo, CA MCE Corporation San Ramon, CA Bay Cities Paving & Grading, Inc. Richmond, CA Gateway Landscape Construction, Inc. Livermore, CA Antioch Paving Company, Inc. Antioch, CA Eugene G. Alves Construction Company, Inc. Pittsburg, CA AWARD OF CONTRACT FOR THE IRONHORSE TRAIL BIKE PATH PROJECT IN THE PLEASANT HILL/WALNUT CREEK AREA Project No. 7891-6X5560-89 The above=captioned project and the specifications therefor having been previously approved, and bids having been duly invited and received by the Director of Public Works; and This project being financed wholly or in part with federal funds, and as a condition of such funding, the federal government having mandated that the successful bidder meet a goal of 15% for participation by disadvantaged business enterprises (DBEs) or document a good faith effort to meet such goal; and The bid submitted by William G. McCullough, Inc., in the amount of $100,545.24, having failed to meet the federally-mandated DBE goal for this project, and the Board having evaluated all of the documentation of effort to meet the goal submitted by said bidder; and The bidder listed first above (H.B. Company) having met the federally-mandated DBE goal for this project; and The Director of Public Works and the Contract Compliance Officer recommending that the bid listed first above 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 bid submitted by William G. McCullough, Inc. failed to meet the federally-mandated DBE goal for this project and that said bidder also failed to document a good faith effort to meet such goal, and as a result, the Board DECLARES said bid to be non-responsive and REJECTS the same. The Board DETERMINES that the bidder listed first above, H.B. Company, has met the federally-mandated goal for this project and has submitted the lowest responsive and responsible bid. Subject to the concurrence of Caltrans, the Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder (H.B. Company) 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 therefor; and The Board FURTHER ORDERS that after Caltrans has concurred in the above- described contract award and 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. Orig. Dept: Public Works Department Construction Division I hereby cerft that Nfs la a bns'aW correct copy of cc: Public Works Department an adlon taken and enbred on Uer r hufte of the Construction Division Board of gapervism an tfb diff tbornl. Accounting May 21. 1991 County Counsel ATTE$TEp Auditor-Controller PHIL BATCHBA R.perk of the BOW Contractor (via Construction Division) « � By -