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-