Loading...
HomeMy WebLinkAboutMINUTES - 06041996 - C74 File: 250-9642B.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on June 4, 1996, by the following vote: AYES: Supervisors Rogers, Bishop, DeSaulnier, Torlakson, Smith NOES: None ABSENT: None SUBJECT: Award of Contract for Remodeling Mezzanine Between Third and Fourth Floors 725 Court Street, Martinez Budget Line Item 4403-4130 Authorization No. 0928-WH130B (formerly WPE791) Bidder Total Amount Bond Amounts I William Dahn Construction $58,795.00 Payment: P.O. Box 5248 (which includes $29,397.50 Bay Point, CA 94565 $57,920.00 Base Bid Performance: and $875.00 Additive $58,795.00 Alternate No. 1) Younger-Wunar, Inc. El Cerrito, California E. A. Sparacino Walnut Creek, California Patrick M. Donaghue Benicia, California NRA Construction Company, Inc. Vallejo, California 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 May 16, 1996; and The bidder listed first above, William Dahn Construction, Inc. ("Dahn"), having submitted the lowest responsive and responsible bid, which is $10,115.00 less than the next lowest bid; and The Contract Compliance Officer having reported that Dahn has attained minor business enterprise (MBE) W participation of 29.34/o and women business enterprise (WB participation of 37.54%, which exceeds the MBE and BE goals for this project and complies fully with the requirements of the County's Minority and Women Business Enterprise Program; and i The Director of General Services recommending that the bid submitted by Dann 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 Dahn, as the lowest responsive and responsible bidder has met or exceeded the MBE and WBE goals for this project (i.e., 14% and 16% 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 Dahn 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 Page 1 of 2 REMODELING MEZZANINE BETWEEN THIRD AND 250-9642/B.4.4 FOURTH FLOORS AT 725 COURT STREET, MARTINEZ June 4, 1996 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 shallbe 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 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 Dahn 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). 1 hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of pe i i ,rs on he date shown. ATTESTESuD: ' it PHIL Supervisors and coui67k—of nty Administrator oard of Supee BY $, Deputy Orig. Dept.- General Services Dept. - Architectural Division cc: General Services j Architectural Division G.S. Accounting j File: 250-9642/A.5 County Administrator's Office Contract Compliance Officer Auditor-Controller County Counsel Contractor (Via Arch. Div.) Surety (Via Arch. Div.) Consultant (Via Arch. Div.) 21A2S i 1B.wPD Gs:is Page 2 of 2 .:o GENERAL SERVICES DEPARTMENT Architectural Division 1220 Morello Avenue, Suite 100 Martinez, California 94553-4711 (510) 313-7200 FAX (510) 313-7299 File: 250-9642B.4.4 Date: May 23, 1996 TO: Board of Supervisors FROM: Barton J. Gilbert, Director of General Services SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date June 4, 1996, Authorization No. .W1I130B (formerly WPE791) Bids for Remodeling Mezzanine Between Third ad Fourth Floors at 725 Court Street, Martinez were received and opened at the County Architectural Division Offices on Thursday, May 16, 1996. It is recommended that the Board of Supervisors award the construction contract to the low bidder, William Dahn Construction, of Bay Point, in the amount of$58,795.00, which includes $57,920.00Ifor the Base Bid and $875.00 for Additive Alternate No. 1. The Consultant's estimate was $53,750.00, Base Bid only. Other bids received were as follows: Base Bid Add. Alt. #1 1. Younger-Wunar, Inc. $67,810.00 $1,100.00 El Cerrito, California 2. E. A. Sparacino 69,385.00 1,265.00 Walnut Creek, California 3. Patrick M. Donahue 72,000.00 1,800.00 Benicia, California 4. NRA Construction Company, Inc. 78,526.04 418.00 Vallejo, California The Contract Compliance Officer has reported that the low bidder has complied with the requirements of the County's Minority and Women Business Enterprise Program. 2L42S 10MMPD GB:Is Attachment cc: County Administrator's Office County Counsel Clerk of the Board (w/bids)