Loading...
HomeMy WebLinkAboutMINUTES - 04082003 - C1 f THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on April 8, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE DISTRICT III SEAT VACANT SUBJECT: Award of Contract for Bailey Road Bridge Replacement Project, Concord area. Project No. 0652-684249-95 Bidder Total Amount Bond Amounts Ghilotti Construction Company $472,574.00 Payment: 246 Ghilotti Avenue $472,574.00 Santa Rosa, CA 95407 Performance: $472,574.00 AJ Vasconi General Engineering North Bay Construction, Inc. Concord, CA Petaluma, CA Valentine Corporation George Bianchi Construction, Inc. San Rafael, CA San Jose, CA Maggiore& Ghilotti, Inc. Granite Construction Company San Rafael, CA Healdsburg, CA Viking Construction Company, Inc. Stone Engineering Contractors, Inc. Rancho Cordova, CA Pittsburg, CA Taber Construction Company Top Grade Construction Martinez, CA Livermore, CA The above-captioned project and the plans and specifications therefore having been previously approved, Addendum No. 1 having been issued, and bids having been 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 SUBJECT: AWARD OF CONTRACT FOR BATLEY ROAD BRIDGE REPLACEMENT PROJECT, CONCORD AREA. ATE: APRIL 8,2003 PAGE: 2 OF 3 The Board of Supervisors having determined that the project is exempt from the California Environmental (.duality Act as a Class 1(c) categorical exemption, and a Notice of Exemption having been filed with the County Clerk on December 14, 1999; and The bidder listed first above, Ghilotti Construction Company("Ghilotti"), having submitted the lowest responsive and responsible bid, which is $89,140.00 less than the next lowest bid; and The Affirmative Action Office having reported that Ghilotti has attained Disadvantaged Business Enterprise(DBE)participation of(3.3%), and the Affirmative Action Office having determined that Ghilotti has documented an adequate good faith effort to comply with the DBE goal and requirements for this project; and The Director of Public Works recommending that the bid submitted by Ghilotti 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 this project including Addendum No. 1; and The Board DETERMINES that Ghilotti, as the lowest responsive and responsible bidder, has documented a good faith effort to comply with the DBE goal and requirements for this project; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Ghilotti 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 therefore; 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 SUBJECT: AWARD OF CONTRACT FOR BAILEY ROAD BRIDGE REPLACEMENT PROJECT, CONCORD AREA, DATE: APRIL 8,2003 PAGE: 3 OF 3 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 22300; 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 Broad 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 Ghilotti 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 Berard 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(Constr) I hereby certify that this is a true and correct copy of an action cc: Auditor-Controller taken and entered on the minutes of the Board of Supervisors on E.Kuevor,CAO l� R.Bruno,Construction the date shown. Accounting Consultant County Counsel ATTESTED: APRIL 08, 2003Con ' Surety JOHN SWEETEN, Clerk of the Board of Supervisors and MC:tb County Administrator G:IGRPDATA\CONSnBO',20M',A WARD-BAILEYRDBRiDGE.DOC By 'z� ,Deputy