HomeMy WebLinkAboutMINUTES - 10282014 - C.28RECOMMENDATION(S):
(1) APPROVE the design, plans, and specifications for the above project.
(2) DETERMINE that the bid submitted by Delta Enterprises General Contracting (“Delta Enterprises”) is
non-responsive for failure to comply with the requirements of the County’s Outreach Program for this project, as
provided in the project specifications, and REJECT Delta Enterprises’ bid on that basis.
(3) DETERMINE that the bid submitted by Romkon, Inc. (“Romkon”) is non-responsive for failure to comply with
the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and
REJECT Romkon’s bid on that basis.
(4) DETERMINE that the bid submitted by Joseph Murphy Construction, Inc. (“Joseph Murphy”) is non-responsive
for failure to comply with the requirements of the County’s Outreach Program for this project, as provided in the
project specifications, and REJECT Joseph Murphy’s bid on that basis.
(5) DETERMINE that the bid submitted by John Pope Construction (“John Pope”) complied with the requirements of
the County’s Outreach Program for this project, as provided
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 10/28/2014 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I Supervisor
Candace Andersen, District II
Supervisor
Mary N. Piepho, District III
Supervisor
Karen Mitchoff, District IV
Supervisor
Federal D. Glover, District V
Supervisor
Contact: Ramesh Kanzaria, (925)
313-2000
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: October 28, 2014
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Chris Heck, Deputy
cc: PW Accounting, PW CPM Interim Division Manager, PW CPM Project Manager, PW CPM Clerical, Auditor's Office, County Counsel's Office,
County Administrator's Office, County Administrator's Office
C. 28
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:October 28, 2014
Contra
Costa
County
Subject:AWARD Construction Contract for Improvements at the Richmond Veterans Memorial Hall, 968 23rd Street,
Richmond. (WH292B/WH299B)
RECOMMENDATION(S): (CONT'D)
in the project specifications, and FURTHER DETERMINE that John Pope submitted the lowest responsive and
responsible bid for this project.
(6) AWARD the construction contract for the above project to John Pope in the amount of $434,765 and DIRECT
that the Public Works Director, or designee, prepare the contract.
(7) DIRECT that John Pope shall submit two good and sufficient security bonds (performance and payment bonds)
in the amount of $434,765 each.
(8) ORDER that, after the contractor has signed the contract and returned it, together with the bonds, evidence of
insurance, and other required documents, and the Public Works Director has reviewed and found them to be
sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board.
(9) ORDER that, in accordance with the project specifications and/or upon signature of the contract by the Public
Works Director, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash
submitted for security shall be returned.
(10) AUTHORIZE the Public Works 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 moneys withheld by the
County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.
(11) AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to
Public Contract Code Section 20142.
(12) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the
Board’s functions under Public Contract Code Sections 4107 and 4110.
(13) DELEGATE, pursuant to Labor Code Section 6705, to the Public Works Director or to any registered civil or
structural engineer employed by the County the authority to accept detailed plans showing the design of shoring,
bracing, sloping, or other provisions to be made for worker protection during trench excavation covered by that
section.
(14) DECLARE that, should the award of the contract to John Pope 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 in this Board Order shall prevent the Board from re-awarding 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).
FISCAL IMPACT:
This is a Facilities Life-Cycle Investment Program project. Funding is provided by the General Fund.
BACKGROUND:
The roof and flooring at the facility was identified in the Facilities Life-Cycle Investment Program report as being in
poor condition and in need of replacement. The project scope includes existing roof material re-surfacing with a
heavy rubberized waterproof coating, coating with Title 24 white acrylic roof paint, modified cap sheets, flashing,
sheet metal copings, painting of sheet metal roof vents and exhaust fans, and retrofitting roof drains, in order to
extend the life of the roof from 15 to 20 years. The scope also includes the removal and replacement of approximately
14,000 square feet of floor tile, other floor finishes, and painting.
Plans and specifications for the project were prepared for the Public Works Department by LCA Architects, Inc. and
filed with the Clerk of the Board by the Public Works Director. Bids were received and opened by the Public Works
Department on September 18, 2014, and the bid results are as follows:
BIDDER BASE BID
Delta Enterprises General Contracting, Sacramento $397,000 (non-responsive)
Romkon, Inc., San Francisco $419,500 (non-responsive)
Joseph Murphy Construction, Inc., Livermore $429,700 (non-responsive)
John Pope Construction, Fairfax $434,765
W.E. Lyons Construction Co., Walnut Creek $450,603
One of the five bids received was below the Architect’s Estimate of $412,000. In evaluating the top three apparent
low bidders submitted by Delta Enterprises, Romkon, and Joseph Murphy, it was determined that the bid was
non-responsive for failure to comply with the requirements of the County's Outreach Program, as provided in the
project specifications. On October 8, 2014, a letter was sent to all three bidders notifying them of the bid deficiencies
and staff's determination of non-responsiveness. The three lowest bidders did not contest the deficiencies or
determination within the time allowed. The Public Works Director recommends that the Board determine the bids
submitted by Delta Enterprises, Romkon, and Joseph Murphy to be non-responsive and reject the bids on that basis.
Staff has evaluated the bid submitted by John Pope, including John Pope’s documentation of good faith effort to
comply with the County's Outreach Program. Staff has determined that John Pope documented an adequate good faith
effort and has fully complied with the County's Outreach Program and the project specifications. The Public Works
Director recommends that the Board award the construction contract for this project to John Pope, the lowest
responsive and responsible bidder, in the amount of $434,765.
The general prevailing rates of 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 the contract is not awarded, the facility will continue to deteriorate resulting in more costly repairs in the future.
CHILDREN'S IMPACT STATEMENT:
Not applicable.