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)