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: