HomeMy WebLinkAboutRESOLUTIONS - 01012002 - 2002-368 File: 125-0101/B.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Resolution on July 9,2002 by the following vote:
AYES: Supervisors Uilkema, Gerber, DeSaulnier, Glover and Gioia
NOES: None
ABSENT: None
ABSTAIN: None RESOLUTION NO. 2002/368
SUBJECT: Award of Contract for the West Contra Costa County
Animal Shelter, San Pablo Avenue and Sunnyview
Drive, Pinole for the Animal Services Department
Budget Line Item No. 4417-4473
Authorization No. 0928-WH473B
Bidder Total Amount Bond Amounts
Robert L. Brown Construction, .Inc. $1,272,500.00 Payment: $1,272,500.00
950 Detroit Avenue, Suite 2B (Base Bid only) Performance: $1,272,500.00
Concord, California 94518
McNely Construction Company
San Leandro, CA
Pacific Bay Construction
Martinez, CA
Albay Construction Company
Martinez, CA
The above-captioned project and the plans and specifications therefore having been
previously approved;Addenda No. 1 and No.2 having been issued and approved,and bids having been
duly invited and received by the Director of General Services on March 21, 2002; and
The Director of General Services having determined that the lowest monetary bidder,
McNely Construction("McNely"),submitted a bid that was non-responsive,in that no bid amount was
shown for Additive Alternate No. 1, as required by the bid documents, and the Director of General
Services recommending rejection ofMcNely's bid; and
The Contract Compliance Officer having reported that the second lowest monetary bidder,
Pacific Bay Construction ("Pacific Bay"), did not document an adequate good faith effort to comply
with the County's Outreach Program, as provided in Division E of the project specifications, and the
Contract Compliance Officer recommending rejection of Pacific Bay's bid; and
Pacific Bay having been notified in writing of the Contract Compliance Officer's
determination, having appealed it to the County Administrator, and the County Administrator having
denied Pacific Bay's appeal; and
The bidder listed first above, Robert L. Brown Construction, Inc. ("Brown"), having
submitted the lowest responsive and responsible bid,which is$140,500.00 less than the next lowest bid;
and
The Contract Compliance Officer having reported that Brown has documented an adequate
good faith effort to comply with the County's Outreach Program, as provided in Division E of the
project specifications; and
The Director of General Services recommending that the bid submitted by Brown is the
lowest responsive and responsible bid, and this Board concurring and so finding;
HXONTRACnWest Contra Costa County Animal Shelter.doc LR:sc
AWARD OF CONTRACT FOR THE WEST CONTRA COSTA 125-0101/13.4.4
COUNTY ANIMAL SHELTER, SAN PABLO AVENUE July 9, 2002
AND SUNNYVIEW DRIVE, PINOLE
NOW,THEREFORE,the Board resolves as follows:
The Board DETERMINES that the bid submitted by McNely is non-responsive for failure
to submit a price for Additive Alternate No. 1 on the bid form,and the Board REJECTS McNely's bid
on that basis; and
The Board FURTHER DETERMINES that the bid submitted by Pacific Bay is non-
responsive for failure to comply with the County's Outreach Program,as provided in Division E of the
prosect specifications,and the Board CONFIRMS the denial ofPacific Bay's appeal and REJECTS the
bid on that basis; and
The Board FURTHER DETERMINES that the Contra Costa Building and Construction
Trades Council has declined to participate in the arbitration of a Project Labor Agreement, as
provided in the project specifications, and the Board, therefore, WAIVES the requirement for a
Project Labor Agreement for this project only; and
The Board ORDERS that the contract for the furnishing of labor and materials for said
work is awarded to Brown at the listed amount and at the prices submitted in said bid(Base Bid only),
and that said contractor shall present sufficient payment and performance surety bonds as indicated
above, and that the Director of General Services shall prepare the contract therefor; and
The Board FURTHER ORDERS that, after the contractor has signed the contract and
returned it, together with the bonds as noted above and any required certificates of insurance or other
required documents,and the Director of General Services has reviewed and found them to be sufficient,
the Director of General Services is authorized to sign the contract for this Board; and
The Board FURTHER ORDERS that,in accordance with the project specifications and/or
upon signature of the contract by the Director of General Services or his designee,any bid bonds posted
by the bidders are to be exonerated and any checks or cash submitted for security shall be returned;and
The Board FURTHER ORDERS that the Director of General Services or his designee is
authorized to sign any escrow agreements prepared for this project to permit the direct payment of
retention into escrow or the substitution of securities for moneys withheld by the County to ensure
performance under the contract,pursuant to Section 22300 of the Public Contract Code; and
Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions
under Public Contract Code Sections 4107 and 4110 to the Director of General Services or his designee;
and
The Board DECLARES that,should the award of the contract to Brown 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 herein shall prevent the
Board from reawarding 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
Cone Sections 5100-5107).
Orig. Dept.- General Services Dept. -Architectural Division
cc: General Services Department
Architectural Division ! hereby certify that this is a true and correct
G.S.Accounting COPY of an action taken and entered on the
File: 125-0101/A.5 minutes of the Beard of Supervisors on the
County Administrator's Office date shown.
County Counsel ATTESTED: M.�,,
Contract Compliance Officer(via AID) JOHN SWEETEN, Clerk of the Board
Auditor-Controller of Supervisors and County Administrator
Robert L. Brown Construction, Inc. (via AID) 13Y- Y _,-
McNely Construction(via AID) - --�—deputy
Pacific Bay Construction(via A/D)
Surety(via AID)
Consultant(via A/D)
LR:sc
HACONTPACMest Contra Costa County Animal Sheher.doe
Page 2 of 2
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
(925) 313-7200 FAX (925)313-7299
File: 125-0101B.4.4
Date: June 25, 2002
TO: Board of Supervisors &&Cmd
FROM: Barton J. Gilbert, Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date July 9, 2002;
Authorization No. WH473B
Bids for the WEST CONTRA COSTA COUNTY ANIMAL SHELTER, SAN PABLO
AVENUE AND SUNNYVIEW DRIVE, PINOLE FOR THE ANIMAL SERVICES
DEPARTMENT were received and opened at the County Architectural Division Offices on
Thursday, March 21, 2002.
McNely Construction Company of San Leandro submitted the lowest monetary bid but did not
submit a price for Additive Alternate No. 1 on the bid form as required by the specifications. For
this reason, it is recommended that their bid be rejected as non-responsive and that their bid bond
be exonerated.
Pacific Bay Construction of Martinez submitted the second lowest monetary bid but failed to
comply with the County's Outreach Program. For this reason, it is recommended that their bid
be rejected as non-responsive and that their bid bond be exonerated.
Itt is recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, Robert L. Brown Construction, Inc. of Concord who has
demonstrated an adequate good faith effort to comply with the requirements of the County's
Outreach Program, waive any irregularities in such compliance and award the construction
contract to Robert L. Brown Construction, Inc., in the amount of$1,272,500.00.
The Consulting Architect for the project (George Miers & Associates) estimated the probable
construction cost for the base bid only to be $1,600,000.00.
Other bids received were as follows:
Base Bi
1. McNely Construction Company $1,195,000.00
San Leandro, CA
2. Pacific Bay Construction $1,2675000.00
Martinez, CA
3. Albay Construction Company $1,413,000.00
Martinez, CA
HA2001\1250101\01G001062m.doc Rev.6/24/02
Board of Supervisors 125-0101/8.4.4
CONTRACT AWARD RECOMMENDATION June 25, 2002
The Contract Compliance Officer has reported that Robert L. Brown Construction, Inc., has
documented an adequate good faith effort to comply with the requirements of the County's
Outreach Program.
Robert L. Brown Construction, Inc. unsuccessfully attempted to negotiate a Project Labor
Agreement (PLA) with the Contra Costa Building and Construction Trades Council in
compliance with the project specifications and County's PLA policy. The Trades Council
declined to participate in the process. Therefore, it is recommended that the Board waive the
requirement for a PLA for this project.
Robert L. Brown Construction has signed a letter extending the bid withdraw period from June
19, 2002 to July 19, 2002.
LR:se
cc w/attach.: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
Contract Compliance Officer
1-1:12.001\1250101\01GO01062m.doc Rev.6/24/02
s fw
;#1 x
r Couhty Administrator Contra Board Of Supervisors
osta John M.Giala
County Administration Building I"District
851 Pine Street, 11 th FloorGayle B.UlIkema
County
Martinez, California 94553-1229 2nd District
(925) 335-1080
(925) 335-1098 FAX Donna Gerber
aro District
John Sweeten Mark De3aulnler
County Administrator _ - '}' 4*District
Federal D.Glover
5"Dlstrict
May 10, 2002
Via Fax and Certified Mail Return Receipt Requested
Mr. Ken Humphrey,Project Manager
Pacific Bay Construction
4970 Blum Road
Martinez, CA 94553
i Dear Mr. Humphrey:
Re. West Contra Costa County Animal Shelter San Pablo Avenue and
Sunnyview Drive, Pinole
Your May 2, 2002 letter of appeal and the factual information provided has been
carefully reviewed.
1. Although we acknowledge that your "Invitation to Bid" notice provided
information regarding the availability of plans, your published advertisement
did not include information regarding the following.
a. The availability of plans and specifications; and
b. Your policy concerning assistance to subcontractors in obtaining bonds,
lines of credit, and/or insurance.
2. Even though you believe the subcontractors that received your Invitation to
.Bid knew the scope of work you were requesting, your Invitation to Bid did
not list the areas of work to be subcontracted, as required by the
specifications.
3. As you have acknowledged, you did not submit documentation that you
requested assistance from organizations that provide assistance in the
recruitment and placement of MBEs, WBEs, OBEs, SBEs, and LBEs, as
required by the specifications.
4. Even though you believe you were providing assistance to subcontractors by
not requiring performance and payment bonds, you failed to document any