HomeMy WebLinkAboutMINUTES - 12022014 - C.77RECOMMENDATION(S):
(1) APPROVE the design, plans, and specifications for the above project.
(2) DETERMINE that the bid submitted by Fort Bragg Electric, Inc. (“Fort Bragg”) complied with the requirements
of the County’s Outreach Program for this project, as provided in the project specifications, and FURTHER
DETERMINE that Fort Bragg submitted the lowest responsive and responsible bid for this project.
(3) AWARD the construction contract for the above project to Fort Bragg in the amount of $409,936 and DIRECT
that the Public Works Director, or designee, prepare the contract.
(4) DIRECT that Fort Bragg shall submit two good and sufficient security bonds (performance and payment bonds)
in the amount of $409,936 each.
(5) 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.
(6) ORDER that, in accordance with the project specifications and/or upon
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 12/02/2014 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: December 2, 2014
David Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc: PW Accounting, PW CPM Interim Division Manager, PW CPM Clerical, Auditor's Office, County Counsel's Office, County Administrator's Office,
County Administrator's Office
C. 77
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director/Chief Engineer
Date:December 2, 2014
Contra
Costa
County
Subject:AWARD Construction Contract for New Generator at 2530 Arnold Drive, Martinez. (WW0799/WW0804)
RECOMMENDATION(S): (CONT'D)
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.
(7) 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.
(8) AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to
Public Contract Code Section 20142.
(9) 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.
(10) DECLARE that, should the award of the contract to Fort Bragg 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:
Funding for this project is provided by 50% California Identification System (CAL-ID) Remote Access Network
(RAN) Fund and 50% Hospital Enterprise Fund.
BACKGROUND:
The Sheriff's Records and Identification Unit moving in requires 24 hours a day 7 days a week support operations
and must have a backup power source through a generator. The generator will also serve as backup to the Health
Services Department's Data Center on the third floor. Both the Sheriff's Department and Health Services Department
operations require a backup power source and otherwise will not function.
Plans and specifications for the project have been prepared for the Public Works Department by Zeiger Engineers,
and filed with the Clerk of the Board by the Public Works Director. Bids were received and opened by the Public
Works Department on October 28, 2014, and the bid results are as follows:
BIDDER BASE BID
Fort Bragg Electric, Fort Bragg $409,936
Paradiso Mechanical, San Leandro $433,750
Alhambra Electric, Martinez $498,500
Era Construction Inc., San Pablo $570,000
CF Contracting Inc., San Francisco $638,000
Two of the five bids received were below the Engineer's Estimate of $450,000. Staff has evaluated the low bid
submitted by Fort Bragg Electric and their good faith effort documentation. Staff has determined that Fort Bragg's bid
is responsive and their good faith effort documentation is in compliance with the County's Outreach Program. The
Public Works Director recommends that the Board award the construction contract for this project to Fort Bragg, the
lowest responsible and responsive bidder, in the amount of $409,936, which is $40,064 less than the Engineer's
Estimate.
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 construction contract is not approved, the generator will not be installed and the operations of the Sheriff's
Department and Health Services will not have a backup power source in the event of an outage or an emergency.
CHILDREN'S IMPACT STATEMENT:
Not applicable.