Loading...
HomeMy WebLinkAboutMINUTES - 06211994 - 1.6 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on June 21, 1994, by the following vote: AYES: Eflpervisors Smith, Bishop, DeSaulnier, Torlakson and Powers NOES: None ABSENT: None ABSTAIN: None SUBJECT: Award of Contract for Willow Pass Frontage Improvements Project, Bay Point area Project No. 0662-6R4211-92 Low Bidder Total Amount Bond Amounts Redgwick Construction Co. $538,729. 13 Payment: 25599 Huntwood Ave. $269, 364 .57 Hayward, CA 94544 Performance: $538,729. 13 Other Bidders North Bay Construction $578,218.50 Petaluma, CA O.C. Jones and Sons $624,949.30 Berkeley, CA The above-captioned project and the plans and specifications therefor having been previously approved, and bids having been duly invited and received by the Director of Public Works on May 24, 1994; and The bidder listed first above, Redgwick Construction Co. ("Redgwick") , having submitted the lowest monetary bid which is $39,489. 37 less than the next lowest bid; and Redgwick having submitted a completed MBE/WBE information form and documentation of good faith effort to comply with the goals and requirements of the County's Minority and Women Business Enterprise Program, and the Board having reviewed said form and documentation; and Due to an inadvertent error, the MBE/WBE information form submitted by Redgwick having failed to accurately reflect utilization of some of the certified MBEs and WBEs listed as subcontractors in Redgwick's bid; and The Contract Compliance Officer having reported that Redgwick has attained MBE participation of 1.8% and WBE participation of 3 . 6%; and The Director of Public Works recommending that the bid submitted by .Redgwick 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 FINDS that, due to an inadvertent error, the MBE/WBE information form submitted by Redgwick did not accurately reflect the utilization by Redgwick of the following certified MBEs and WBEs, which were listed as subcontractors in Redgwick's bid: Spirit Road Oils (WBE, $4,728. 62) , Durango Pipelines (MBE, $158, 647. 00) and RMT Landscaping (MBE, $9,955.00) , that Redgwick intended and has committed to utilizing such firms for this project, and that if M/WBE credit were allowed for such firms, Redgwick would exceed the MBE goal for this project and. would have additional WBE participation; and ab AWARD OF CONTRACT FOR WILLOW PASS June 21, 1994 ROAD FRONTAGE IMPROVEMENTS, BAY POINT AREA The Board DETERMINES that Redgwick, as the lowest monetary bidder, 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 (14%) and WBE goal (6%) for this project 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 Redgwick 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 Pursuant to Labor Code Section 6705, the Board FURTHER DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County and designated by him the authority to accept a detailed plan showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Redgwick be invalidated for any reason, the Board would not in any event have awarded the contract to the second listed bidder or 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) . 1 hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Orig. Dept: PW—Const. Board of Supervisors on the date shown. cc: Public Works—Design ATTESTED: JUN 2 1 1094 AccountingPHIL B LO ,°Crew to a Board R. Bruno of Supervisors and unty Administrator County Administrator By ,Deputy Auditor-Controller County Counsel Redgwick Construction Co. (Via Const. Div. ) Surety (Via Const. Div. ) -2-