Loading...
HomeMy WebLinkAboutMINUTES - 04202010 - C.37RECOMMENDATION(S): 1. DETERMINE that the bid submitted by the lowest monetary bidder (All Clear, Inc., from Rescue, CA) is non-responsive, and REJECT said bid on those grounds, and ORDER that their bid bond be exonerated. 2. DETERMINE that Parc Services, Inc., Livermore, CA as the lowest responsive and responsible bidder, has complied with the project specifications and requirements, and WAIVE any irregularities in such compliance. 3. AWARD a contract in the amount of $97,711 to Parc Services, Inc., the lowest responsive and responsible bidder for the subject project, and AUTHORIZE the General Services Director, or designee, to execute the contract. 4. AUTHORIZE the General Services Director, or designee, to exonerate any bid bond posted by Parc Services, Inc., after execution of the contract. 5. AUTHORIZE the General Services Director, or designee, to sign any escrow agreement 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. 6. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 04/20/2010 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: Michael 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: April 20, 2010 David J. Twa, County Administrator and Clerk of the Board of Supervisors By: KATHERINE SINCLAIR, Deputy cc: GSD Administration, GSD Accounting, GSD CPM Division Manager, GSD CPM Project Manager, GSD CPM Clerical, Auditor's Office, County Counsel's Office, County Administrator's Office, County Administrator's Office C.37 To:Board of Supervisors From:Michael J. Lango, General Services Director Date:April 20, 2010 Contra Costa County Subject:Award of Construction Contract to Demolish the Martinez Health Clinic and Healthy Start Building at Contra Costa County Regional Medical Center 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. 7. 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: Health Services Enterprise Fund I Revenues will be used to fund this project. BACKGROUND: The existing 7,500 square foot Health Clinic No. 2, which houses a family practice clinic, was constructed in 1958 and has deteriorated to the point where demolition is recommended. An adjacent 1,150 square foot modular building, which houses the Healthy Start program, has deteriorated due to water damage, and it is recommended that it be demolished at the same time. After demolition, the site is to remain vacant for future development. A new 7,500 square foot prefabricated modular building is proposed for installation on an adjacent site on the Regional Medical campus. This new modular building will serve as a family practice clinic to replace the demolished health clinic building. This new family practice clinic is currently under design and will come before the Board of Supervisors for approval to bid at a later time. The project plans and specifications prepared by RMW Architecture & Interiors were previously filed with and approved by the Board of Supervisors and bids were duly invited from general contractors. Eleven bids were received and opened by the General Services Department on March 11, 2010. The consultant’s estimate for the demolition project was $153,000. The bid results are as follows: BIDDER TOTAL BID All Clear, Inc., Rescue $64,640 Parc Services, Inc., Livermore $97,711 Evans Brothers, Inc., Livermore $98,850 Ferma Corporation, Mountain View $99,500 Silverado Contractors, Oakland $107,750 CST Environmental, LP, San Leandro $119,800 Demo Masters, Oakland $135,900 W.C. Maloney, Inc., Stockton $139,850 Asbestos Management Group of California, Inc., Oakland $145,000 McKim Co., El Sobrante $159,500 B-Side, Oakland $174,000 The bidder listed first above, All Clear, was determined to be non-responsive. All Clear is a specialty licensed contractor and the law requires that their portion of the work must constitute a majority of the work to be performed. All Clear’s bid does not meet this requirement. For this reason, it is recommended that All Clear’s bid be rejected as non-responsive and that their bid bond be exonerated. It is recommended that the Board of Supervisors award the demolition contract, in the amount of $97,711, to the lowest responsive and responsible bidder, Parc Services, Inc., who has complied with the project specifications and requirements. The general prevailing rates of wages, which shall be the minimum rates 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 the Contract is not awarded, the demolition project will not be completed and the existing structure will continue to deteriorate further and become a safety hazard on the medical campus. CHILDREN'S IMPACT STATEMENT: