Loading...
HomeMy WebLinkAboutMINUTES - 04221997 - C7 To. BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: April 22, 1997 SUBJECT: Contract Award Recommendation: La Colina Road Reconstruction Project, Project No. 0662-6R4252-95, EI Sobrante area. Specific Request(s)or Recommendation(s)&Background&Justification RECOMMENDED ACTION: AWARD the contract for furnishing labor and materials for the subject project to Bay Cities Paving & Grading, Inc., 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 $137,105.50 and at the unit prices submitted; and REQUIRE the contractor to present surety bonds for Payment and Faithful Performance in the amounts of$68,552.75 and $137,105.50, 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. DECLARE that, should the award of the contract to Bay Cities Paving & Grading, Inc. 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 f nish required bonds or insurance (see Public Contract Code Sections 5100-5107). Continued on attachment: X yes SIGNATURE* RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE `APPROVE OTHER: SIGNATURE(S): ACTION OF BOARD ON:o4-a.ay q97 APPROVED AS RECOMMENDED= OTHER Vnc TE OF SUPERVISORS JJ UNANIMOUS (ABSENT ) AYES:_ NOES: ABSENT: ABSTAIN: Contact: Joseph P.Murphy, (510) 313-2321 Orig.Div.: PW-Const. cc: County Administration I liarft campy U0 this fs a true and correct Dopy of Auditor-Controller an action taken and entered on tie minutaa of tM Public Works; -Accounting 8oerd of Supetvlsors on the date shown. -Construction,R.Bruno ATTESTEa (j7o 9 9 7 -Design PHIL ELOR,Cledeof the boaVd -Trans.Eng.,H.Ballenger �f;upsrvlwrsaad grwdrtdnbhstor S.B.E.- • 703 Market St. San Francisco,CA 94103-1000 Contractor RB:tt g:\const\BO\LCR-22.t4 P Project Name: La Colina Road Reconstruction Project No. 0662-6R4252-95 Board Date: April 22, 1997 Page 2 of 2 FINANCIAL IMPACT: The project, including engineering and appropriate overhead charges, is funded by Measure C (100%). REASONS FOR RECOMMENDATION/BACKGROUND: The plans and specifications were approved and the project advertised for bids by the Board of Supervisors on February 25, 1997. The bids were received and opened at 255 Glacier Drive, Martinez, California, on April 1, 1997. The construction bids received were as follows: 1. Bay Cities Paving & Grading, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . $137,105.50 2. Bauman Landscape, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 153,429.00 3. Joe Carone, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 160,487.10 4. Fanfa, Inc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 162,849.65 5. McGuire and Hester . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 164,590.00 6. J.A. Gonsalves & Son . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 175,978.51 The Engineer's estimated construction cost was $170,203.20.