HomeMy WebLinkAboutRESOLUTIONS - 01012002 - 2002-077 File: 250-0047/8.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adapted this Order of February 5,2002,by the following vote:
AYES: Supervisors Uilkema, Gerber, DeSaulnier, Glover and Gioia
NOES: None
ABSENTS None
RESOLUTION NO.200 2 71
SUBJECT: Award of Contract for
Fire Alarm System Upgrade at 625 Court Street,Martinez
Authorization No. WH171D
Bidde TQtaI Anig Bond Amounts
Fort Bragg Electric, Inc. $114,980 Payment: $114,980
P.O.Box 1578 Performance: $ 114,980
FortBragg, California
Vanden Bos Electric $ 84,400
Roseville,California
Gregory Electric, Inc. $121,252
Loomis, California
Fire',Innovations,Inc. $128,762
Concord, California
The above-captioned project and the plans and specifications therefore 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 December 13, 2001; and
The Director of General Services having determined that the lowest monetary bidder
Vanden Bos Electric submitted a bid which was non-responsive in that Vanden Bos Electric does
not have a license to perform asbestos abatement work, did not list in the bid form a
subcontractor for asbestos abatement, and failed to comply with County's Outreach Program as
required by the bid documents, and the Director of General Services recommending rejection of
said bid; and
The bidder listed first above, Fort Bragg Electric, Inc. having submitted the lowest
responsive and responsible bid; which is $6,272 less than the next lowest bid; and
The Contract Compliance Officer having reported that Fort Bragg Electric, Inc.
complies fully with the requirements of the County's Outreach Program; and
The Director of General Services recommending that the bid submitted by Fort
Bragg Electric, Inc. is the lowest responsive and responsible bid, and this Board concurring and
so finding.
NOW,THEREFORE, the Board determines,rejects and orders as follows:
The Board DETERMINES that Fort Bragg Electric, Inc+, as the lowest responsive
and ',responsible bidder, has demonstrated an adequate good faith effort, pursuant to the
specifications for this project, to comply with the requirements of the County's Outreach
Program, and the Board NAIVES any irregularities to such compliance; and
The Board DETERMINES that the bid submitted by the lowest monetary bidder,
Vanden Bos Electric, is non-responsive and REJECTS said bid on those grounds, and
ORDERS that Vanden Bos Electric's bid bond be exonerated; and
x:2000\2500047\001,047045h.doc
RESOLUTION NO. 2002/77
FIRE ALARM SYSTEM UPGRADE AT 625 COURT 250-0047/8.4.4
" STREET,MARTINEZ February 5, 2002
The Board FURTHER ORDERS that the contract for the furnishing of labor and
materials for said work is awarded to Fort Bragg Electric, Inc. 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 General Services Department 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 after 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 or his
designee 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
Pursuant to Public Contract Code Section 4114, the Board DELEGATES its
functions under Public Contract Code Sections 4107 and 4110 to the Director of General
Services or his designee.
The Board DECLARES that should the award of the contract to Fort Bragg Electric,
Inc. 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
G.S. Accounting
File: 250-0047/A.5
County Counsel
Contract Compliance Officer(Via Arch. Div.)
Fort Bragg Electric, Inc. (Via Arch. Div.)
Vanden Bos Electric (Via Arch. Div.)
I hereby certify that this Is a true and correct
copy of an action taken and entered on the
minutes of the Board of Supervisors on the
date shown.
ATTESTED: E .RR rA-RY 5 0 20OZ��
JOHN SWEETEN, Clark of the Board
of Supervis rs a County Administrator
By :�. ...wDeputy
RESOLUTION NO. 2002/77
HA200012500047W0L047Wb.aoc
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue, Suite 100
Martinez„ California 945534711
(925)313-7200 FAX (925)313-7299
File: 250`0047/B.4.4
Date: January 22,2002
TO: Board of Supervisors 6Q&*
FROM: Barton J. Gilbert, Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date February 5,
2002; Authorization No. WH 171 D
Bids for the FIRE ALARM SYSTEM UPGRADE AT 625 COURT STREET, MARTINEZ were
received and opened at the County Architectural Division Offices on December 13,2001.
Vanden Bos Electric of Roseville submitted the low monetary bid of$84,400, but does not have a license
to perform asbestos abatement work, did not list in the bid form a subcontractor for the asbestos
abatement as required by the specifications, and failed to comply with County's Outreach Program. For
these reasons, it is recommended that their bid be rejected as non-responsive and that their bid bond be
exonerated.
Itis further recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, Fort Bragg Electric Inc. of Fort Bragg in the amount of$114,980.
The initial construction cost estimate was$139,400.
Other bids received were as follows:
Base Bid
1. Gregory Electric,Inc. $ 121,252
Loomis, California
2. Fire Innovations,Inc. $ 128,762
Concord, California
The Contract Compliance Officer has reported that Fort Bragg Electric, Inc. has complied with the
requirements of the County's Outreach Program.
RK:amc I hereby certify that this is a true and correct
cc w/attach.: County Administrator's Office copy of an action taken and entered on the
County Counsel minutes of the Board of Supervisors on the
Clerk of the Board(w/bids) date shown.
Contract Compliance Officer ATTESTED--- FPDEI16EY 5 = ZQQ.
JOHN SWEETEN, Clerk of the Board
of Supervisors and County Administrator
By---- -c— .....Deputy
HA2000\2500047\00L041uo.doc