HomeMy WebLinkAboutMINUTES - 05231995 - 1.11 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on May 23, 1995, by the following vote:
AYES: Supervisors Rogers, Smith, DeSaulnier, Torlakson, Bishop
NOES: None
AGENT: None
ABSTAIN: None
SUBJECT: Award of Contract for Camino Tassajara
Bridge Replacement Project, San Ramon area
Project No. 0662-6R4072-89
Bidder Total Amount Bond Amounts
Pleasanton Engineering Contractors, Inc. $579,153.00 Payment:
P.O. Box 5228 $289,576.50
Pleasanton, CA 94566 Performance:
$579,153.00
Delta Excavating, Inc.
Brentwood, CA
Jones Bros., Inc.
San Jose, CA
Lionsgate Corp.
Alamo, CA
Shasta Constructors
Redding, CA
Aztec Consultants
San Ramon, CA
Hertel Construction
Sacramento, 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 April 27, 1995; and
The bidder listed first above, Pleasanton Engineering Contractors, Inc. ("Pleasanton"),
having submitted the lowest responsive and responsible bid, which is $14,789.00 less than the next
lowest bid; and
Pleasanton having made several minor irregularities in its bid but the same having been
promptly cured; and
The Contract Compliance Officer having reported that Pleasanton has attained
Disadvantaged Business Enterprise (DBE) participation of 21.48%, which exceeds the DBE goal
for this project (20%) and complies fully with the DBE requirements for this project; and
The bidder listed second above, Delta Excavating, Inc. ('Delta"), having filed a written bid
protest, and the Board having reviewed and considered the protest; and
a/' u
AWARD OF CONTRACT FOR CAMINO TASSAJARA May 23, 1995
BRIDGE REPLACEMENT PROJECT, SAN RAMON AREA
The Director of Public Works recommending that the bid submitted by Pleasanton 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 bid protest submitted by Delta is without merit and
OVERRULES the bid protest; and
The Board WAIVES the following minor irregularities in Pleasanton's bid, the same
having been promptly cured: use of the firm name "Pleasanton Engnr. Contrs." instead of
"Pleasanton Engineering Contractors, Inc.;" failure to complete the Certificate of Performance of
Previous Contracts; notarization of the Noncollusion Affidavit; failure to affix the corporate seal
to the bid bond; and failure to complete the reverse side of the Bidder DBE Information form;
and
The Board FURTHER DETERMINES that Pleasanton, as the lowest responsive and
responsible bidder, has exceeded the DBE goal for this project (20%) and has complied with the
DBE requirements for this project, and the Board FURTHER WAIVES any irregularities in such
compliance; and
Subject to approval of contract award by Caltrans, the Board ORDERS that the contract
for the furnishing of labor and materials for said work is awarded to Pleasanton 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 Caltrans has approved the contract award
and 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 also DELEGATES to the Director of
Public Works or to any registered civil or structural engineer employed by the County the
authority to accept detailed plans 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 Pleasanton 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
-2-
qI ..-
AWARD OF CONTRACT FOR CAMINO TASSAJARA May 23, 1995
BRIDGE REPLACEMENT PROJECT, SAN RAMON AREA
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).
Contact: Joseph P. Murphy, 510-313-2321
Orig. Dept: Public Works Department
Construction Division
cc: Public Works Department
- Construction Division
- Accounting Division
County Counsel
Auditor-Controller
Contractor (Via Construction Division)
Surety (Via Construction Division)
S.B.E.
926 Natoma St.
San Francisco, CA 94103-2514
IT IS BY THE BOARD ORDERED that staff meet with Delta Excavating, Inc., to
explain the bid process and to discuss concerns regarding their bid submittal.
IT IS BY THE BOARD ORDERED that staff submit a report to the Board, at a-future
meeting, outlining and explaining the County bid process and procedures.
1 hereby certify that this Is a true and Correct copy of
an action taken and entered on the minutes of the
Board of Supervisors n the date h _
ATTESTED.
PHIL BATCH .Clark of Me Board
+of Supervisors and Cowdy Administrator
By ti _ :s�iL .Deputy
—3—
DATE: x/23
REQUEST .To SPEAK F®RM
(THREE (3) MINUTE LIMIT)
Complete this form and place it in the box near the speakers' rostrum before
addressing the Board.
NAIME: a VIs c�9 . F v"6v PHONE: la3
ADDRESS: Co y S Gds X15%ac C-74- Crnt:
I am speaking formyself OR organization: D,11, c��� - ►mac
(NAME OF ORC'.ANIZiTIO
Check one:
I wish to speak on Agenda Item # �
My comments will be: general for against x .
I wish to speak on the subject of A gee A
I do not wish to speak but leave these comments for the Board to consider.
DATE: t/h5
REQUEST TO SPEAK FORM
(THREE (3) MINUTE LIMIT
Complete this form and place it in the box near the speakers' rostrum before
addressing the Board. `� q
Na'viE: &0% Qj a n �. PHONE: 01 - / Gc)
ADDRESS:i p go-c 11 --i CITY:
I am speaking for myself OR organization: D E C T A,
Check IIC: (NAME OF ORGANIZE N)
7"I wish ! . I
to speak on Agenda Item # �_.
My comments will be: general for. against .
I wish to speak on the subject of
I do not wish to speak but leave these comments for the Board to consider.
DATE: _
REQUEST To SPEAK FORM
(THREE (3) ,MIN= LIMIT)
Complete this form and place it in the box near the speakers' rostrum before
addressing the Board. / c�
NAIME: —PHONE:
ADDRESS: CtIY: /�`'�/
I am speaking for myself OR organization: 14
(NAME OF ORGANIZATION)
Check one:
(/ I wish to speak on Agenda Item#
M comments will be: for against .
Y general.
I wish to speak on the subject of
I do not wish to speak but leave these comments for the Board to consider.