HomeMy WebLinkAboutMINUTES - 05031994 - 1.1 C
BOARD OF SUPERVISORS Ir
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: May 3, 1994
SUBJECT: Contract Award Recommendation: Kensington Roads Improvement Assessment District
Reconstruction, Phase 3 Project, Project No. 4500-6X5221-92, Kensington area.
Specific Request(s) or Recommendation(s) Background ustification
RECOMMENDED ACTION:
AWARD the contract for furnishing labor and materials�for the subject project to O.C. Jones and Sons,
the low bidder, who has also met the requirements of the County's Minority and Women Business
Enterprise Contract Compliance Program, in the amount of $447,714.14 and at the unit prices
submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance
in the amounts of $223,857.07 and $447,714.14, respectively.
DIRECT the Public Works Director to prepare the contract for the project.
AUTHORIZE the Public Works Director to sign the contract on behalf of the Board subject to the
Director having reviewed and found sufficient all required documents, including the contract signed by
the contractor, the aforementioned surety bonds, and a certificate of insurance.
DIRECT that, in accordance with the project specifications and/or upon the execution of the contract
by the Public Works Director, any bid bonds posted by the bidders be exonerated and any checks or
cash submitted for bid security be returned.
Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public
Contract Code Sections 4107 and 4110 to the Public Works Director or his designee.
Pursuant to section 6705 of the Labor Code, the Board also DELEGATES to the Public Works Director
or to any registered civil or structural engineer designated by him the authority to accept detailed plans
showing the design of shoring, bracing, sloping or other provisions to be made for worker protection
during trench excavating covered by that section.
FINANCIAL IMPACT:
The project, including engineering and appropriate overhead charges, is funded by Kensington Roads
Improvement Assessment District (100%).
Continued on attachment: X yes SIGNATURE: �,�
RECOMMENDATION OFN ADMINISTRATOR
_ RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER:
SIGNATURE(S):
ACTION OF BOARD ON: MAY 3 1994 APPROVED AS RECOMMENDED_ OTHER
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT_)
AYES: NOES:
ABSENT: ABSTAIN:
Contact: Joseph P. Murphy, (510) 313-2321
Orig.Div.: PW-Const.
cc: County Administration IherebycertifythatthisIsatrue and correatoopyof
Auditor-Controller an action taken and entered on the minutes of the
Public Works- Design Board Of Su�(I the Ma4 hown.
Accounting ATTESTED.• r rT .
R. Bruno PHIL BATCHELOR,Clerk of the Board
S.B.E.- of Supervisors and Co ty Administrator
926 Natoma St, i
San Francisco, CA 94103-2514 IDeputy
Contractor
RB:tt
c:\WP51\BO\KR3-3.t5
project Name: KRIAD-Reconstruction, Phase 3 I ,
Project No. 4500-6X5221-92
Board Date: May 3, 1994
Page 2 of 2
REASONS FOR RECOMMENDATION/BACKGROUND:
The plans and specifications were approved and the project advertised for bids by the Board of
Supervisors on March 22, 1994. The bids were received and opened at 255 Glacier Drive, Martinez,
California, on April 19, 1994. The construction bids received were as follows:
1. O.C. Jones and Sons . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $447,714.14
2. Ghilotti Brothers Construction, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . $447,884.50
The Engineer's estimated construction cost was $427,474.00.