HomeMy WebLinkAboutMINUTES - 10271998 - C70 File: 250-9842/8.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on October 27, 1998,by the following vote:
AYES: SUPERVISORS UILKEMA, GERBER, DESAULNIER, CANCIAMILLA and ROGERS
NOES: NONE
ABSENT: NONE
SUBJECT: Award of Contract for Technical Services Administration Building,30 Glacier Drive,
Martinez, to Phoenix National, Inc.,
Budget Line Item No. 4407-4354
Authorization No. 0928-WH354H
Biddla lotal A= Bond Amount
Phoenix National, Inc. $716,259.00 Payment:
1588 S. Mission Rd., Suite 2005 $358,129.50
Fallbrook, CA 92028 Performance:
$716,259.00
BRCO Constructors Inc., Loomis, California
McFadden Construction, Stockton, California
Patrick Donaghue, Benicia, California
Page Construction Co.,Novato, California
Albay Construction, Martinez, California
T.L. Bartz Construction, Martinez, California
Bollo Construction, Davis, California
Shoemate Buildings, Inc., Stockton, California
RGM&Associates, Concord, California
Clearview Construction, Rocklin, California
Cal Interstate Construction, Concord, California
PCS Associates, Vacaville, California
Swank Construction Inc., Vacaville, California
N. V. Heathorn, Inc., Oakland, California
The above-captioned project and the plans and specifications therefor having been
previously approved, Addendum No. 1 having been issued and approved, and bids having been duly
invited and received by the Director of General Services on October 1, 1998; and
The bidder listed first above, Phoenix National, Inc. ("Phoenix") having submitted the
lowest monetary bid which is $4,341.00 less than the next lowest bid; and
Patrick M. Donaghue (4"' bidder) and certain of his listed subcontractors (M.W. Maher
General Engineering Contractor, Adkins Painting, and Code Engineering) having submitted letters
protesting the lowest bid by Phoenix; and Patrick M. Donaghue (4" bidder) and certain listed
subcontractors(Adkins Painting and Alfa Tile,Inc.)having submitted letters protesting the second and
third lowest bids; and the Board having considered the protests; and
The Director of General Services recommending that the bid submitted by Phoenix is the
lowest responsive and responsible bid, and this Board concurring and so finding;
Page 1 of 2
H A 1998\2509842\8L04239b.doc
GB:DS:bg:tb Rev. 10/21/98
fir{{
G3 . .�Jd
AWARD OF CONTRACT FOR TECHNICAL SERVICES 250-9842/8.4.4
ADMINISTRATION BUILDING, 30 DRIVE, MARTINEZ, October 27, 1998
TO PHOENIX NATIONAL
NOW,THEREFORE,The Board finds, determines and orders as follows:
The Board DETERMINES that the protests filed by M. W. Maher General Engineering
Contractor, Patrick M. Donaghue, Adkins Painting, Code Engineering, and Alfa Tile, Inc. are without
merit and OVERRULES those protests; and
The Board ORDERS that the contract for the furnishing of labor and materials for said
work is awarded to Phoenix at the listed amount and at the 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 General Services 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 General Services has reviewed and found them to be sufficient,
the Director of General Services 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 General Services,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 General Services 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 contract, pursuant to Section 22300 of the
Public Contract Code.
The Board DECLARES that, should the award of the contract to phoenix 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).
I hereby certify that this is a true and correct oopy of
an action taken and entered on the minutes of the
Board of Supervlsars an ate date shown,
ATTESTED: ,,.. C'
PHIL BATCHELOR,Clerk of the Board
Of Supervisors and CountyAdminusirW
` [y
r `r7
Orig. Dept.- General Services Dept. - Architectural Division
cc: General Services Department
Architectural Division
G.S. Accounting
County Administrator's Office
Contract Compliance Officer
Auditor-Controller
County Counsel
Consultant(Via Arch. Div.)
Phoenix National, Inc. (Via Arch. Div.)
Patrick M. Donaghue(Via Arch. Div.)
Alfa Tile (Via Arch Div.)
M. W. Maher(Via Arch. Div.)
Adkins Painting(Via Arch. Div.)
Code Engineering(Via Arch. Div.)
Sheriff-Coroner Department(Via Arch. Div.)
Page 2 of 2
HAI 998\2509842\8 L04239b.doe
GB:DS:bg:tb Rev. 10/21/98
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue,Suite 100
Martinez, California 94553-4711
(925) 313-7200 FAX (925)313-7299
File: 250-98421C.1.1
Date: October 14, 1998
TO: Board of Supervisors Nhtuktf—
FROM: Barton J. Gilbert,Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date October 27, 1998;
Authorization No. WH354H
Bids for North.Technical Services Administration Building, 30 Glacier Drive,Martinez, for Sheriff-Coroner,
were received and opened at the County Architectural Division Offices on Thursday, October 1, 1998.
It is recommended that the Board of Supervisors award the construction contract to the low bidder,Phoenix
National, Inc. ("Phoenix"), of Fallbrook, in the amount of$716,259.00.
The Consultant's cost estimate for the initial construction contract was $828,000.00.
Other bids received were as follows:
Base Bi
1. BRCO Constructors Inc., Loomis, California $720,600.00
2. McFadden Construction, Stockton, California $722,000.00
3. Patrick Donaghue, Benicia, California $739,800.00
4. Page Construction Co.,Novato, California $753,746.00
5. Albay Construction, Martinez, California $757,000.00
6. T.L. Bartz Construction, Martinez, California $769,000.04
7. Bollo Construction,Davis, California $783,304.00
8. Shoemate Buildings, Inc., Stockton,California $786,829.00
9. RGM&Associates, Concord, California $788,372.00
10. Clearview Construction, Rocklin, California $792,000.00
HAA 99812509842i8L04240m.doc
Rev,10/21198
Board of Supervisors 254-9842/C.1.1
CONTRACT AWARD RECOMMENDATION October 14, 1998
Page 2
11. Cal Interstate Construction, Concord, California $795,440.44
12. PCS Associates, Vacaville, California $821,984.44
13. Swank Construction Inc., Vacaville, California $836,644.44
14. N.V. Heathorn,Inc., Oakland, California $898,625.44
The following bid protests have been received:
9-28-98 M.W. Maher General Engineering Contractor(subcontractor to 4'bidder Donaghue)--
protest against Phoenix (low bidder)based on alleged withdrawal of bid by listed
subcontractor(R.C. Knapp).
10-1-98 Patrick M. Donaghue(4t"bidder)—protest against BRCO Constructors (2"d bidder) and
McFadden Construction(3rd bidder)based on license suspension of listed subcontractor
(Noble Tile Setters Co.).
10-2-98 Adkins Painting(subcontractor to 4d'bidder Donaghue)—protest against Phoenix (low
bidder)based on alleged withdrawal of bid by listed subcontractor(R.C. Knapp); protest
against BRCO Constructors(2'd bidder)and McFadden Construction(3rd bidder)based
on license suspension of listed subcontractor(Noble Tile Setters Co.).
10-5-98 Code Engineering (subcontractor to 4''bidder Donaghue)—protest against Phoenix(low
bidder)based on alleged withdrawal of bid by listed subcontractor(R.C. Knapp).
10-5-98 Alfa Tile, Inc. (subcontractor to 4'bidder Donaghue)----protest against BRCO
Constructors (2"d bidder) and McFadden Construction(3rd bidder)based on license
suspension of listed subcontractor(Noble Tile Setters Co.).
In addition, on October 8, 1998, our office received a fax transmittal from Patrick M. Donaghue(49'
bidder) informing us of the license suspension of Vintage Drywall, a listed subcontractor of the low
bidder(Phoenix).
HA 1998i250984218L04240m.doc
Rev.10/21/98
Board of Supervisors 250-984210.1.1
CONTRACT AWARD RECOMMENDATION October 14, 1998
Page 3
We have investigated the bid protests against Phoenix(low bidder) and have made the following
determinations. Knapp claims to have withdrawn its bid prior to bid opening. However,the claimed
withdrawal was not in writing, and there is no evidence that it was received by Phoenix prior to bid
opening. Phoenix has informed us that they will be performing the earthwork themselves. This is
consistent with applicable laws and would involve no bid shopping. We have found no evidence of any
violation that would require the invalidation of Phoenix's bid. It also is questionable whether the
subcontractors even have standing to file bid protests against Phoenix.
Assuming that Donaghue's October 8, 1998 fax transmittal can be considered as a.bid protest,there is no
evidence that, at the time it listed Vintage Drywall as a subcontractor, Phoenix was aware of the license
suspension. If the license suspension is not removed and it turns out that VintageDrywall cannot
perform as a subcontractor, substitution would be allowed under Public Contract Code Section 4107,
which expressly covers the situation where a listed subcontractor is not licensed. Under these
circumstances, there is nothing that would require the invalidation of Phoenix's bid.
The bid protests against BRCO Constructors(2na bidder) and McFadden Construction(3'bidder)have
no bearing on the proposed award to Phoenix(low bidder). Therefore, they are irrelevant and should be
overruled on that basis. These protests should be considered on the merits only if the Board, at some
point, is considering an award to BRCO Constructors(2"'bidder)or McFadden Construction(3'
bidder).
Based on the results of our investigation,we recommend that the Board overrule all of the above bid
protests. Written notice of that recommendation has been sent to the protestors, and they have been
afforded an opportunity to address the Board on this matter, if they wish. The proposed Board order
contains language overruling the bid protests.
GB:ns:bs:tb
cc: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
Contract Compliance Officer
HAI 998\2509842\8 L04240m.doe
Rev.t 0f2 tl98