Loading...
HomeMy WebLinkAboutMINUTES - 04012003 - C1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on April 1, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAUId IEP, NOES: NONE ABSENT: NONE ABSTAIN: NONE DI STRICT III SEAT VACANT SUBJECT: Award of Contract for Amend Road Overlay Project, Richmond Area. Project No. 0662a6R4259-03 Bidder Total Amount Bond Amounts Redgwick Construction Co. $102,391.35 Payment: 25599 Huntwood Ave. $102,391.35 Hayward, CA 94544 Performance: $102,391.35 O.C. Jones & Sons Bauman Landscape, Inc. Berkeley, CA Richmond, CA Ghilotti Construction Company Sierra Equipment Rentals, Inc. Santa Rosa, CA Richmond, CA North Bay Construction, Inc. B&B Grading &.Paving, Inc. Petaluma, CA Concord, CA El Camino Paving, Inc. Galedrige Construction, Inc. Sunnyvale, CA Alviso, CA Bay Cities Paving & Grading, Inc. W.R. Forde Associates Concord, CA Richmond, CA Ghilotti Bros., Inc. Fanfa, Inc. San Rafael, CA San Lorenzo, CA MCK Services, Inc. Bruce Carone Grading &Paving, Inc. Concord, CA Concord, CA Harold Hutson Construction Crockett, CA SUBJECT: AWARD OF CONTRACT FOR AMEND ROAD OVERLAY PROJECT,RICHMOND AREA. DATE: APRIL 1,2003 PACE: 2 OF 3 The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on March 4, 2003; and The general prevailing rates of wages, which shall be the:minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1{c}categorical exemption, and a Notice of Exemption having been filed with the County Clerk on September 17, 2002; and The bidder listed first above,Redgwick Construction Company("Redgwick"), having submitted the lowest responsive and responsible bid, which is $5,831.65 less than the next lowest bid; and The Contract Compliance Officer having reported that Redgwick has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; 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 APPROVES the plans and specifications for the project; and The Board DETERMINES that Redgwick, as the lowest responsive and responsible bidder, has documented an adequate good faith effort to comply with the specifications and the requirements of the County's Outreach Program; 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 SUBJECT: AWARD OF CONTRACT FOR AMEND ROAD OVERLAY PROJECT,RICHMOND AREA. DATE: APRIL, 1,2003 PAGE: 3 OF 3 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 bands 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 or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code section 22344; and Pursuant to Public Contract Code section 4114, the Board DELEGATES its fimetions under Public Contract Code Sections 4147 and 4114 to the Director of Public Works or his designee; and Pursuant to Labor Code section 6745, the Board also DELEGATES to the Director of Public Forks 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 Redgwick 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). Contact:Mike Carlson,(925)313-2321 Orig.Div.:PW(C;onstr) w Auditor-Controller I hereby certify that this is a true and correct copy of an action E.Kuevor,CAO taken and entered on the minutes of the Board of supervisors on R.Bruno,construction Amounting the date shown. Consultant i Design County Counsel APRIL 01,Contractor ATTESTED: Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator 0;It;RPDATA\CONS'r\60V2003\A W ARD•AMENDRDOV @RLAY.DOC By Deputy