Loading...
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