HomeMy WebLinkAboutMINUTES - 06081993 - 1.1 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on June 15, 1993 , by the following vote:
AYES: Supervisors Powers, Smith, Bishop, McPeak and Torlakson
NOES: None
ABSENT: None
ABSTAIN: None
SUBJECT: Award of Contract for Tara Hills
Drive Overlay and Reconstruction
Project in the Pinole area
Project No. 0662-6R4222-92
Bidder Total Amount Bond Amounts
Ghilotti Bros. Construction $156,227. 38 Payment:
525 Jacoby Street $78, 113 . 69
San Rafael, CA 94901 Performance:
$156, 227 .38
Bay Cities Paving and Grading, Inc.
Richmond, CA
Don Dowd Co.
Santa Rosa, CA
B & B Grading and Paving
Concord, CA
North Bay Construction
Petaluma, CA
Oliver De Silva, Inc.
Hayward, CA
Joe Carone, Inc.
Crockett, CA
Riley & Sons Construction
Oakland, CA
Gallagher & Burk, Inc.
Oakland, 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; and
The Contract Compliance Officer having determined that the lowest
monetary bidder, O.C. Jones & Sons ("Jones") , has failed to meet the
MBE goal for this project (i.e. , 14%) and has failed to document an
adequate good faith effort to comply with said goal 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
Jones having been notified in writing of the Contract Compliance
Officer's determination and having appealed it to the County
Administrator, as required by the project specifications, and the
County Administrator having reviewed and denied the appeal filed by
Jones; and
Jones having been notified in writing of the County
Administrator's denial of the appeal and having indicated an intention
to appeal further to the Board of Supervisors; and
AWARD OF CONTRACT FOR THE TARA HILLS June 15, 1993
DRIVE OVERLAY AND RECONSTRUCTION
PROJECT, PINOLE AREA
The Contract Compliance Officer having determined that the second
lowest monetary bidder, Vintage Paving & Grading, Inc. ("Vintage") , has
failed to meet the MBE and WBE goals for this project (i.e. , 14% and 6%
respectively) 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
Vintage 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 ("Ghilotti") having submitted the
lowest responsive and responsible bid, which is $2 , 534 .71 less than the
next lowest bid; and
The Contract Compliance Officer having reported that Ghilotti has
attained MBE participation of 16.6% and WBE participation of 8 . 5%,
which exceeds the MBE and WBE goals for this project and complies fully
with the requirements of the County's Minority and Women Business
Enterprise Program; and
The Director of Public Works recommending that the bid submitted
by Ghilotti 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 lowest monetary bidder, Jones, has
failed to meet the MBE goal for this project, has failed to document an
adequate good faith effort and has failed to comply with the
specifications for this project and with the requirements of the
County's Minority and Women Business Enterprise Program, and the Board
DETERMINES that said bid is non-responsive and REJECTS said bid on that
basis; and
The Board DENIES the appeal filed by Jones; and
The Board FURTHER DETERMINES that the second lowest monetary
bidder, Vintage, has failed to meet the MBE and WBE goals for this
project, has failed to document an adequate good faith effort and has
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 Ghilotti, as the lowest
responsive and responsible bidder, has met or exceeded the MBE and WBE
goals for this project (i.e. , 14% and 6% respectively) and has
otherwise complied with the project specifications and the requirements
of the County's Minority and Women Business Enterprise Program; and
The Board ORDERS that the contract for the furnishing of labor and
materials for said work is awarded to Ghilotti 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
-2- 1
AWARD OF CONTRACT FOR THE TARA HILLS June 15, 1993
DRIVE OVERLAY AND RECONSTRUCTION
PROJECT, PINOLE AREA
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
The Board DECLARES that, should the award of the contract to
Ghilotti 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) .
i hereby certify 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.
�
ATTESTED: � N 15 1Q93
PHIL BATCHELOR,Cleric of the Board
of supervisors and County Administrator
�,�..n a e► � � ,00
Orig. Dept: PW-Const.
cc: County Administrator
Auditor-Controller
Public Works-Design
Accounting
R. Bruno
Ghilotti Bros. Construction (Via Const. Div. )
O.C. Jones & Sons (Via Const. Div. )
Vintage Paving & Grading, Inc. (Via Const. Div. )
Surety (.Via Const. Div. )
County Counsel
-3-