HomeMy WebLinkAboutMINUTES - 06221993 - 1.6 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on June 22 , 1993, by the following vote:
AYES: Supervisors Powers,l Smith Bishop,_ TlcPeak and Torlakson
NOES: None
ABSENT: None
ABSTAIN: None
SUBJECT: Award of Contract for Baldwin/
Gartley Avenues Resurfacing and
Improvements Project in the
Crockett area
Project No. 0662-6R4215-92
Bidder Total Amount Bond Amounts
Bay Cities Paving & Grading, Inc. $96, 138.55 Payment:
5200 Huntington Avenue $48,069.28
Richmond, CA 94804 Performance:
$96, 138.55
Joe Carone, Inc.
Crockett, CA
O.C. Jones & Sons
Berkeley, CA
North Bay Construction
Petaluma, CA
V & M Construction
Antioch, CA
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 on June 1, 1993 ; and
The Contract Compliance Officer having determined that the lowest
monetary bidder, Harold Hutson Construction ("Hutson") , has failed to
meet the MBE and WBE goals for this project and has failed to document
an adequate good faith effort to comply with said goals and the
requirements of the County's Minority and Women Business Enterprise
Program, as required by the project specifications, and the Contract
Compliance Officer recommending rejection of said bid; and
Hutson having been notified in writing of the Contract Compliance
Officer's determination and having failed to appeal it, as required by
the project specifications; and
The bidder listed first above ("Bay Cities") having submitted the
lowest responsive and responsible bid, which is $1, 699.45 less than the
next lowest bid; and
The Contract Compliance Officer having reported that Bay Cities
has attained MBE participation of 6.0% and WBE participation of 6. 0%,
which meets the WBE goal for this project (i.e. , 6%) , and the Board
having considered Bay Cities' documentation of good faith effort to
comply with the MBE goal for this project (i.e. , 14%) and the
requirements of the County's Minority and Women Business Enterprise
Program; 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;
AWARD OF CONTRACT FOR THE BALDWIN/ June 22, 1993
GARTLEY AVENUES RESURFACING AND
IMPROVEMENTS PROJECT, CROCKETT AREA
NOW, THEREFORE, the Board finds, determines and orders as follows:
The Board DETERMINES that the lowest monetary bidder, Hutson, has
failed to meet the MBE and WBE goals for this project, has failed to
document an adequate good faith effort and has otherwise failed to
comply with the specifications for this project and with the
requirements of the County's Minority and Women Business Enterprise
Program, and has failed to appeal the Contract Compliance Officer's
determination, as required by the project specifications, and the Board
DETERMINES that said bid is non-responsive and REJECTS said bid on
those grounds; and
The Board FURTHER DETERMINES that Bay Cities, as the lowest
responsive and responsible bidder, has met or exceeded the WBE goal for
this project (i.e. , 6%) and has demonstrated a good faith effort,
pursuant to Public Contract Code Section 2000 and the specifications
for this project, to comply with the MBE goal for this project (i.e. ,
14%) and the requirements of the County's Minority and Women Business
Enterprise Program, and the Board WAIVES any irregularities in such
compliance; 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 unit 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 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 contact, 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
-2-
AWARD OF CONTRACT FOR THE BALDWIN/ June 22, 1993
GARTLEY AVENUES RESURFACING AND
IMPROVEMENTS PROJECT, CROCKETT AREA
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) .
0 hereby certity that this Is a true and correct copy al
an action taken and entered on the minutes of a*
Board of Sups I p0n.
ow
ATTESTED: wi"w
PHIL BATCHELOR,Clerk of the Board
of Supervisors and County Administrator
By Deputy
Orig. Dept: PW-Const.
cc: County Administrator
Auditor-Controller
Public Works-Design
Accounting
R. Bruno
Harold Hutson Construction (Via Const. Div. )
Bay Cities Paving & Grading, Inc. (Via Const. Div. )
Surety (Via Const. Div. )
County Counsel
-3-