Loading...
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