Loading...
HomeMy WebLinkAboutMINUTES - 07131993 - 1.2 �1ev�Sed THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 13 . 1993, by the following vote: AYES: Supervisors Powers, Smith, Bishop, McPeak and Torlakson NOES: None ABSENT: None ABSTAIN: None SUBJECT: Award of Contract for Kensington Roads Improvement Assessment District Phase I Reconstruction Project in the Kensington area Project No. 4500-6X5219-92 Bidder Total Amount Bond Amounts Bay Cities Paving & Grading, Inc. $391,822. 55 Payment: 5200 Huntington Avenue (Alternative 2) $195,911.28 Richmond, CA 94804 Performance: $391,822.55 Gallagher & Burk, Inc. Oakland, CA O.C. Jones and Sons Berkeley, 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 bidder listed first above, Bay Cities Paving & Grading, Inc. ("Bay Cities") , having submitted the lowest responsive and responsible bid, which is $63 , 701.70 less than the next lowest bid; and The Contract Compliance Officer having reported that Bay Cities has attained MBE and WBE participation of 14. 0% and 6. 0% respectively, which meets the MBE and WBE goals for this project (i.e. , 14% and 6%) and complies fully with the requirements of the County's Minority and Women Business Enterprise Program; and The bidder listed third above, O.C. Jones and Sons ("Jones") , having submitted a letter protesting the bid submitted by Bay Cities, but Jones having subsequently notified the County that said protest is dropped; 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; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board DETERMINES that Bay Cities, as the lowest responsive and responsible bidder, has met the MBE and WBE goals for this project (i.e. , 14% and 6%) and has fully complied with 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 (Alternative 2) 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 AWARD OF CONTRACT FOR KENSINGTON ROADS July 13, 1993 IMPROVEMENT ASSESSMENT DISTRICT PHASE I RECONSTRUCTION PROJECT, KENSINGTON 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 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) . I hereby certify that this Is a true and correct copy �f an action taken and entered on the minutes of the Board o1 Supeq�$pra Qn 9a199�own. ATTESTED: 301 11 J PHIL BATCHELOR,Clerk of the Board of Supervisors and County Administrator By 3nA: aA �4 �A ,Deputy Orig. Dept: PW—Const. cc: County Administrator County Counsel Auditor-Controller Public Works-Design Accounting R. Bruno Contractor (Via Const. Div. ) Surety (Via Const. Div. ) -2-