HomeMy WebLinkAboutMINUTES - 07131993 - 1.79 1 .
7q� �
fl
THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on July 13 , 1993, by the following vote:
AYES: Supervisors Powers, Smith, Bishop, McPeak and Torlakson
NOES: None
ABSENT: None
ABSTAIN: None
SUBJECT: Award of Contract for Lobby Remodeling
at 2970 Willow Pass Drive, Concord, for
Mt. Diablo Municipal Court
Budget Line Item No. 4403-4362
Authorization No. 0928-WH362D
Bidder Total Amount Bond Amounts
Alvand Construction $75, 270. 00 Payment:
400 Reed Street, Suite 105 (Base Bid and $37, 635.00
Santa Clara, CA 95050 Add. Alt. #1) Performance:
$75, 270.00
DS Construction & Management
Napa, CA
Ramlor Construction, Inc.
Pleasanton, CA
Kalscope Corporation
Concord, CA
Younger-Wunar, Inc.
El Cerrito, CA
E-Z Does It Construction Co.
Daly City, CA
Tri-Valley Contractors
Oakland, CA
Shepherd & Son Inc.
San Leandro, CA
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 June 10, 1993; and
The Contract Compliance Officer having determined that the lowest
monetary bidder, DS Construction & Management ("DS") , has failed to
meet the MBE and WBE goals for this project (i.e. , 14% and 6%
respectively) and has failed to document an adequate good faith effort
to comply with said goals and the requirements of the County's Minority
and Women Business Enterprise Program, as required by the project
specifications, and the Contract Compliance Officer recommending
rejection of said bid; and
DS having been notified in writing of the Contract Compliance
Officer's determination and having appealed it to the County
Administrator, as required by the project specifications, and the
County Administrator having reviewed and denied the appeal filed by DS,
and the County Administrator having notified DS in writing of such
denial; and
The Contract Compliance Officer having determined that the second
lowest monetary bidder, Ramlor Construction, Inc. ("Ramlor") , has
failed to meet the MBE and WBE goals for this project and has failed to
document an adequate good faith effort to comply with said goals and
the requirements of the County's Minority and Women Business Enterprise
Program, as required by the project specifications, and the Contract
Compliance Officer recommending rejection of said bid; and
AWARD OF CONTRACT FOR LOBBY REMODELING July 13, 1993
AT 2970 WILLOW PASS ROAD, CONCORD, FOR
MT. DIABLO MUNICIPAL COURT
Ramlor having been notified in writing of the Contract Compliance
Officer's determination and having failed to appeal it, as required by
the project specifications; and
The Contract Compliance Officer having determined that the third
lowest monetary bidder, Kalscope Corporation ("Kalscope") , has failed
to meet the MBE and WBE goals for this project and has failed to
document an adequate good faith effort to comply with said goals and
the requirements of the .County's Minority and Women Business Enterprise
Program, as required by the project specifications, and the Contract
Compliance Officer recommending rejection of said bid; and
Kalscope having been notified in writing of the Contract
Compliance Officer's determination and having failed to appeal it, as
required by the project specifications; and
The Contract Compliance Officer having determined that the fourth
lowest monetary bidder, Younger-Wunar, Inc. ("Younger-Wunar") , has
failed to meet the MBE and WBE goals for this project and has failed to
document an adequate good faith effort to comply with said goals and
the requirements of the County's Minority and Women Business Enterprise
Program, as required by the project specifications, and the Contract
Compliance Officer recommending rejection of said bid; and
Younger-Wunar having been notified in writing of the Contract
Compliance Officer's determination and having appealed it to the County
Administrator, as required by the project specifications, and the
County Administrator having reviewed and denied the appeal filed by
Younger-Wunar, and the County Administrator having notified Younger-
Wunar in writing of such denial; and
The bidder listed first above, Alvand Construction ("Alvand") ,
having submitted the lowest responsive and responsible bid, which is
$7, 158. 00 less than the next lowest bid; and
The Contract Compliance Officer having reported that Alvand has
attained MBE participation of 24 .4% and WBE participation of 13 .2%,
which exceeds the MBE and WBE goals for this project and complies fully .
with the requirements of the County's Minority and Women Business
Enterprise Program; and
The Director of General Services recommending that the bid
submitted by Alvand 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 DS and Younger-Wunar have failed to meet
the MBE and WBE goals for this project, have failed to document an
adequate good faith effort and have failed to comply with the
specifications for this project and with the requirements of the
County's Minority and Women Business Enterprise Program, and the Board
DETERMINES that said bids are non-responsive and REJECTS said bids on
that basis; and
The Board CONFIRMS denial of the appeals filed by DS and Younger-
Wunar; and
The Board FURTHER DETERMINES that Ramlor and Kalscope have failed
to meet the MBE and WBE goals for this project, have failed to document
an adequate good faith effort and have failed to comply with the
specifications for this project and with the requirements of the
County's Minority and Women Business Enterprise Program, and have
failed to appeal the Contract Compliance Officer's determination, as
-2-
AWARD OF CONTRACT FOR LOBBY REMODELING July 13 , 1993
AT 2970 WILLOW PASS ROAD, CONCORD, FOR
MT. DIABLO MUNICIPAL COURT
required by the project specifications, and the Board DETERMINES that
said bids are non-responsive and REJECTS said bids on those grounds;
and
The Board FURTHER DETERMINES that Alvand, as the lowest responsive
and responsible bidder, has met or exceeded the MBE and WBE goals for
this project (i.e. , 14% and 6% respectively) and has otherwise complied
with the project specifications and the requirements of the County's
Minority and Women Business Enterprise Program; and
The Board ORDERS that the contract for the furnishing of labor and
materials for said work is awarded to Alvand at the listed amount and
at the unit prices submitted in said bid (i.e. , $69,770 Base Bid and
$5,500 Additive Alternate No. 1) , 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 contact, 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; and
The Board DECLARES that, should the award of the contract to
Alvand 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 copy 21
an action taken and entered on the minutes of the
3oard of Supervisors on the date Shown.
ATTESTED: JUL 1 1 1393 ,.
PHIL BATCHELOR,clerk of the Board
of Supervisors and County Administrator
J,�Ja4t
By ., .Deputy
Orig. Dept: General Services Dept. - Architectural Divsion
cc: GS-Arch. Division
County Administrator
Auditor-Controller
County Counsel
DS Construction & Management (Via Arch. Div. )
Ramlor Construction, Inc. (Via Arch. Div. )
Kalscope Corporation (Via Arch. Div. )
Younger-Wunar, Inc. (Via Arch. Div. )
Alvand Construction (Via Arch. Div. )
Surety (Via Arch. Div. )
Consultant (Via Arch. Div. )
-3-