HomeMy WebLinkAboutMINUTES - 03151994 - 1.59 1.59
BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on March 15, 1994, by the following vote:
AYES: Supervisors Smith, Bishop, MCPeak.and Powers
NOES: Supervisor Torlakson
ABSENT: Done
ABSTAIN: i. None
SUBJECT: Award of Contract for Women's Program
Building, West County Detention Facility,
5555 Giant Highway, Richmond
Budget Line Item No. 4470-4379
Authorization No. 0921-WH379B
Bidder Total Amount Bond Amounts
Brava, Inc. $1,403,882.00 Labor & Materials:
Danville, CA Base Bid and Add. $701,941.00
Alts. 1, 2 and 3 Faithful Performance:
$1,403,882.00
C. Overaa & Co.
Richmond, CA
J. H. Fitzmaurice, Inc.
Oakland, CA
Page Construction Co.
Novato, CA
RGM & Associates
Concord, CA
RKH Constructors, Inc.
Pleasanton, CA
Brero Construction, Inc.
Santa Clara, CA
City Building, Inc.
San Francisco, CA
The above-captioned project and the specifications therefor having been previously
approved, Addendum No. 1 having been issued and approved, and bids having been duly
invited and received by the County Administrator; and
The bidder listed first above, Brava, Inc. ("Brava"), having submitted the lowest
responsive and responsible bid; and
The Board having reviewed the documentation of goad faith effort submitted by
Brava and having determined that Brava has documented an adequate good faith effort to
AWARD OF CONTRACT FOR WOMEN'S PROGRAM
BUILDING, WEST COUNTY JUSTICE FACILITY, March 15, 1994
5555 GIANT HIGHWAY, RICHMOND
comply with the goals and requirements of the County's Minority and Women Business
Enterprise Program; and
The bidder listed third above, J. H. Fitzmaurice, Inc. ("Fitzmaurice"), having filed a
protest against the bids submitted by Brava and Overaa on grounds that the bids do not
include the addresses of the subcontractors listed in the bids; and
The Project Manager having reviewed the protest filed by Fitzmaurice, having
determined that the protest is without merit, having notified Fitzmaurice in writing of such
determination, and recommending that the lack of subcontractors' addresses is a minor
irregularity that is subject to waiver and that, in any event, has already been cured by Brava;
and
The County Administrator recommending that the bid by Brava is the lowest
responsive and responsible bid, and this Board concurring and so finding; and
The County having made application for grant funds on August 3, 1993,in accordance
with the County Jail Capital Expenditure Bond Act of 1988 (Proposition 86, SB 236), and
funds having been reserved by the Board of Corrections conditioned on both a construction
contract award and executed contract between the Board of Corrections and the County
prior to the end of March 1994;
NOW, THEREFORE, the Board finds, determines and orders as follows:
The Board DETERMINES that the failure of Brava to list the addresses of
subcontractors and to submit the MBE/WBE Information form at the time of bid opening
are minor irregularities that are subject to waiver and that have already been cured by
Brava, WAIVES such irregularities, and OVERRULES Fitzmaurice's protest on that basis;
and
The Board DETERMINES that Brava has demonstrated a good faith effort,pursuant
to Public Contract Code Section 2000 and the specifications for this project, to comply with
the goals and requirements of the County's Minority and Women Business Enterprise
Program, and WAIVES any irregularities in such compliance; and
The Board ORDERS that the contract for the furnishing of labor and materials for
said work is awarded to Brava at the listed amount and at the prices submitted in said bid
($1,403,882.00 Base Bid and Additive Alternates 1, 2 and 3), and that said contractor shall
present two good and sufficient surety bonds as indicated above; and that the County
Administrator or his designee 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 County Administrator or his designee has
reviewed and found them to be sufficient, the County Administrator or his designee 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 County Administrator or his designee, any bid
bonds posted by the bidders are to be exonerated and any checks or cash submitted for
security shall be returned; and
-2-
The Board FURTHER ORDERS that the County Administrator 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 County Administrator
or his designee; and
The Board DECLARES that, should the award of the contract to Brava be
invalidated for any reason, the Board would not in any event have awarded the contract to
Overaa or 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); and
The Board AUTHORIZES the Board Chair to execute the contract, together with
any amendments and extensions, between the County and the California State Board of
Corrections for the expenditure of $1,420,488 State and $473,496 County funds for the
construction of the project; and
The Board APPOINTS Terry Mann to act as fiscal officer for the project and
APPOINTS George Roemer to act as project director and contact person for the project;
and
The Board APPROPRIATES the necessary matching funds for the project.
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: Marsh 19, 1OC)4
PHIL BATCHELOR,Clerk of the Board
of Supervisors and County Administrator
--��' �
By .Deputy
Orig. Dept. - County Administrator
cc: County Administrator
Auditor-Controller
County Counsel
Brava, Inc. (via CAO)
C. Overaa & Co. (via CAO)
J. H. Fitzmaurice, Inc. (via CAO)
Gerry MacClelland, Project Mgr., O'Brien-Kreitzberg (via CAO)
-3-
Office of the County Administrator
Contra Costa County
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
( 510) 646-4106 fax: ( 510) 646-1353
Memorandum
Date: March 7, 1994
To: Board of Sup visors
From: Emma Kuevor
Contract Compliance Officer
Subject: Women' s Program Building, West County Detention Facility,
555 Giant Highway, Richmond
This office has reviewed the bids and documentation of "good faith
effort" submitted by the following three lowest bidders on the
above named project - Brava, Inc. Contractors-Engineers, Overaa
General Contractors, and J.H. Fitzmaurice, Inc. Construction.
Based upon our review, we have concluded that none of these bidders
met the MBE/WBE goals or documented an adequate good faith effort.
Due to its length, the documentation of "good faith effort"
submitted by the three lowest bidders is not attached to this memo.
However, it is filed with the Clerk of the Board and may be
reviewed there.
a:Brava2
OFFICE OF THE COUNTY ADMINISTRATOR
CONTRA COSTA COUNTY
Administration Building
651 Pine Street, 10th Floor
Martinez, California
DATE: March 9, 1994
TO: re-o
d of ervisors
OV
FROM: g emer, o my dministrator's Office
SUBJECT: WEST COUNTY DETENTION FACILITY, WOMEN'S PROGRAM
BUILDING CONSTRUCTION CONTRACT AWARD
AUTHORIZATION NO. 0928-WH58013
Bids for the construction of the Women's Program Building were received and opened
at the County offices, 651 Pine Street, eighth floor, on Thursday, February 17, 1994.
The bids received consisted of a base bid quote and three add alternates. Adding the
alternates to the base bid in any combination does not change the order of the three low
bids. Based on the base bids received, following is a summary of contractors submitting
bids listed in order of lowest to highest price:
Contractor Base Bid Amount
Brava, Inc. $1,385,182
C. Overaa & Co. 1,405,422
J. H. Fitzmaurice, Inc. 1,450,000
Page Construction Co. 1,467,819
RGM Associates 1,498,000
RKH Constructors, Inc. 1,540,000
Brero Construction, Inc. 1,540,000
City Building, Inc. 1,547,000
Enclosed is a list of the bid abstract which lists the base bid and add alternate amounts.
The architect's estimate is $1,368,822. The County's initial construction cost (which
includes a bid contingency) is $1,420,000; therefore, adequate construction funds are
available for this project.
Recommended Action: Award project to the lowest responsive bidder.
GR:cm
Enclosure
Cli
00
ca
00
cr
%n CD
C$
rn --4 Z6
C5
9 C-i
Oli
CA cc
C4 S4
rm 1+
vn in %0 C4
eq cn
en uEt} cS3
C4 6q in El,
IS to-l-
14 � i y °� b
r4 raw
CF, a,
PL. CL4
LC4 kn
L
CA
00