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.