HomeMy WebLinkAboutMINUTES - 10242000 - C46 GENERAL. SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
(925) 313-7200 FAX (925)313-7299
File: 250-98408.4.4
Date: October 10, 2000
TO: Board of Supervisors waw
FROM: Barton J. Gilbert,Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date October 24, 2000;
Authorization No. WH351F
Bids for REMODELING THIRD FLOOR, PHASE II, 50 DOUGLAS DRIVE, MARTINEZ FOR
DISTRICT ATTORNEY FAMILY SUPPORT were received and opened at the County Architectural
Division Offices on Thursday, September 21, 2000.
It is recommended that the Board of Supervisors award the construction contract to the low bidder, Bay
Commercial Construction Inc. of Cameron Park, CA, in the amount of$299,500.00.
The consultant's estimate was $435,750.00.
Other bids received were as follows:
Base Bi
1. E. A. Sparacino, General Contractor, Inc. $336,280.00
Walnut Creek, CA
2. Flagg Building Improvements $338,388.00
Brentwood, CA
3. William Dahn Construction $358,418.00
Pleasant Dill, CA
4. Blythe &Associates, Inc. $360,400.00
Fairfield, CA
5. McFadden Construction, Inc. $361,438.00
Stockton, CA
6. Younger-Wunar, Inc. $366,500.00
El Cerrito, CA
7. Page Construction Co. $368,336.00
Novato, CA
HAI 99812509840\8LO40155m.doc
8. Bello Construction Incorporated $371,850.00
Davis, CA
9. Pacific Coast Reconstruction and Building Inc. $376,700.00
Concord, CA
10. CJE Construction, Inc. $398,000.00
Walnut Creek, CA
11. Legg, Inc. $404,000.00
San Ramon, CA
12. Pencon $418,900.00
San Ramon, CA
13. ICC General Contractors Inc. $496,000.00
Sunnyvale, CA
14. Azteca Construction, Inc. $497,552.00
Rancho Cordova, CA
15. Kama,Ltd. $535,650.00
Elverta, CA
The Contract Compliance Officer has reported that the low bidder has complied with the requirements of
the County's Outreach and Mandatory Subcontracting Minimum Program.
RK:tb
cc: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
Contract Compliance Officer
HA1999\250994018L040155m.doc
File: 250-9840/8.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adapted this Order on October 24,2000 by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA, UESAULNIER, CANCIAMILIA AND GERBER
NOES: NONE
ABSENT: NONE .
SUBJECT: Award of Contract for
Remodeling Third Floor,Phase Il, 50 Douglas Drive,Martinez for District Attorney
Family Support
Budget Line Item No. 4405-4351
Authorization No. 0928-WII351F
Bidd= ToW Ammut Bond Amounts
Bay Commercial Construction Inc. $299,500.00 Payment: $299,500.00
3450 Palmer Dr. #4-187 Performance: $299,500.00
Cameron Park, California 95682
E. A. Sparacino, General Contractor, Inc.
Walnut Creek, CA
Flagg Building Improvements
Brentwood, CA
William Dahn Construction
Pleasant Hill, CA
Blythe &Associates, Inc.
Fairfield, CA
McFadden Construction, Inc.
Stockton, CA
Younger-Wunar, Inc.
El Cerrito, CA
Page Construction Co.
Novato, CA
Bello Construction Incorporated
Davis, CA
Pacific Coast Reconstruction and Building Inc.
Concord, CA
CJE Construction, Inc.
Walnut Creep, CA
Legg Inc.
San Ramon, CA
Pencon
San Ramon, CA
ICC General Contractors Inc.
Sunnyvale, CA
HAI998\2509840\8L040156b.Aoc Page 1 of 2
SJ:tb
REMODELING THIN FLOOR,PHASE II, 250-9840/B.4.4
�0 DOUGLAS DRIVE, MARTINEZ,FOR October 24,20030
DISTRICT ATTORNEY FAMILY SUPPORT
Azteca Construction, Inc.
Rancho Cordova, CA
Kama, Ltd.
Elverta, CA
The above-captioned project and the plans and specifications therefor having been
previously approved, Addendum No. I having been issued and approved, and bids having been duly
invited and received by the Director of General Services on September 21, 2000; and
The bidder listed first above,Bay Commercial Construction Inc. ("Bay'),having submitted
the lowest responsive and responsible bid, which is $36,780.010 less than the next lowest bid; and
The Contract Compliance Officer having reported that Bay complies fully with the
requirements of the County's Outreach and Mandatory Subcontracting Minimum Program; and
The Director of General Services recommending that the bid submitted by Bay 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 Bay,as the lowest responsive and responsible bidder, has
complied with the project specifications and the requirements of the County's Outreach and Mandatory
Subcontracting Minimum Program; and
The Board ORDERS that the contract for the furnishing of labor and materials for said
work is awarded to Bay 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 FUR'T'HER 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; and
The Board DECLARES that,should the award of the contract to Bay 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).
Orig. Dept.- General Services Dept. -Architectural Division
cc: General Services Department
Architectural Division i hereby certify that this is a true and correct
G.S. Accounting copy of an action taken and entered on the
File: 250-9840/A.5 minutes of the Board of Supervisors on the
County Administrator's Office date shown. OCTOBER 24, 2000
County Counsel ATTESTED:
Contract Compliance Officer(Via AID) PHIL BATCHELOR, Cleric of the Board
Auditor-Controllerof SP and Cou ty Administrator
Contractor(Via AID) By `' A� Deputy
Surety(Via A/D)
Consultant(Via A/D)
District Attorney Family Support(Via A/D)
HAI998\a509840\8LO4o15Gb.doc Page 2 of 2
SJ:tb