Loading...
HomeMy WebLinkAboutMINUTES - 11102009 - C.09RECOMMENDATION(S): 1. DETERMINE that Fort Bragg Electric Inc., Fort Bragg, ("Fort Bragg") as the lowest responsive and responsible bidder, has documented an adequate good faith effort to comply with the project specifications and requirements of the County's Outreach Program, and WAIVE any irregularities in such compliance. 2. AWARD a contract in the amount of $278,090 to Fort Bragg, the lowest responsive and responsible bidder for the subject project, and AUTHORIZE the General Services Director, or designee, to execute the contract, including the Base Bid and Additive Alternate 2. 3. AUTHORIZE the General Services Director, or designee, to exonerate any bid bond posted by Fort Bragg after execution of the contract. 4. AUTHORIZE the General Services Director, or designee, to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for monies withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 11/10/2009 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Gayle B. Uilkema, District II Supervisor Mary N. Piepho, District III Supervisor Susan A. Bonilla, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Mike Lango, (925) 313-7100 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: November 10, 2009 David J. Twa, County Administrator and Clerk of the Board of Supervisors By: EMY L. SHARP, Deputy cc: GSD Administration, GSD Accounting, GSD CPM Division Manager, GSD CPM Project Manager, GSD CPM Clerical, GSD CPM Clerical, Auditor’s Office , County Counsel’s Office , County Administrator’s Office, County Administrator’s Office, Contra Costa Fire District C. 9 To:Board of Supervisors From:Michael J. Lango, General Services Director Date:November 10, 2009 Contra Costa County Subject:Award Contract for New Generators at Fire Station No. 1 in Walnut Creek, Fire Station No. 5 in Pleasant Hill, and Fire Station No. 15 in Lafayette 5. RECOMMENDATION(S): (CONT'D) AUTHORIZE the General Services Director, or designee, to order changes or additions to the contract work pursuant to Public Contract Code Section 20142. 6. DELEGATE, pursuant to Public Contract Code Section 4114, the Board's functions under Public Contract Code Sections 4107 and 4110, with regards to subletting and subcontracting, to the General Services Director, or designee. FISCAL IMPACT: Funding is provided for in the Contra Costa County Fire Protection District's current Fiscal Year 2009-2010 budget. BACKGROUND: As essential services facilities, fire stations must be in operation at all times. A major power outage might result in a fire station being without electrical power for several days or weeks. For this reason, emergency electrical power generators are needed. Over the years, the Fire District has been replacing their existing generators with new diesel driven generators that are capable of delivering 100% of the station's electrical power requirements. With the new, full capacity generators, the fire stations have the potential to be used for additional emergency purposes (e.g., incident command posts, temporary shelters, etc.) The project plans and specifications were previously filed with and approved by the Board of Supervisors and bids were duly invited from general contractors. Nine bids were received and opened by the General Services Department on October 1, 2009. The lowest bid was determined by the lowest base bid plus alternate 2. Eight out of the nine bids were under the estimate of $410,000. The bid results are as follows: BIDDER BASE BID ADDITIVE ALTERNATE 1 (not awarded) ADDITIVE ALTERNATE 2 TOTAL AMOUNT (Base +Alt. 2) Fort Bragg Electric, Fort Bragg $193,270 $11,400 $84,820 $278,090 Alhambra Electric, Inc., Martinez $204,000 $10,550 $110,550 $314,550 Vila Construction Co., Richmond $219,089 $7,990 $93,258 $312,347 Ray's Electric, Oakland $227,400 $10,200 $100,100 $327,500 Mike Brown Electric Company, Cotati $242,654 $8,485 $109,765 $352,419 R.A.N. Electric, San Leandro $244,900 $24,000 $92,000 $336,900 Reliance Enterprises, Santa Rosa $247,343 $8,550 $107,206 $354,549 American Construction & Environmental Services Inc, Brentwood $248,333 $7,333 $119,833 $368,166 Lyons Builders, Lafayette $326,920 $7,955 $168,356 $495,276 The Base Bid work includes new generators at Fire Stations 5, 205 Boyd Road, Pleasant Hill, and 15, 3338 Mt. Diablo Boulevard, Lafayette. Alternate 2 includes a new generator at Fire Station 1, 1330 Civic Drive, Walnut Creek. Because the low bid is lower than estimated, the Fire District is able to afford generators at all three fire stations. It is recommended that the Board of Supervisors award the construction contract, including the base bid and alternate 2, in the amount of $278,090, to the lowest responsive and responsible bidder, Fort Bragg Electric, who has documented an adequate good faith effort to comply with the project specifications and requirements of the County's Outreach program. The general prevailing wages, which shall be the minimum rates paid on this project, are on file with the Clerk of the Board and copies are available to any party upon request. CONSEQUENCE OF NEGATIVE ACTION: If new generators are not installed, a power outage could reduce the full functioning capabilities of the fire stations and possibly result in a loss or disruption of essential emergency services.