HomeMy WebLinkAboutMINUTES - 03112003 - C36 GENERAL SERVICES DEPARTMENT
Capital Projects Management Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
(925) 313-7200 FAX (925) 313-7299
File: 245-0201/B.4.4
Authorization No. WH820B
TO: Board of Supervisors &&AQ&
FROM: Barton J. Gilbert, Director of General Services
DATE: March 11, 2003
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for DRIVEWAY IMPROVEMENTS OF FIRE STATION NO. 17 AT 620 ST.
MARYS ROAD, LAFAYETTE FOR THE CONTRA COSTA COUNTY FIRE
PROTECTION DISTRICT were received and opened at the County Capital Projects
Management Division Office on January 16, 2003.
It is recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, MCK Services, 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 MCK
Services, Inc. in the amount of$33,500.
MCK's documentation of good faith effort to comply with the County's Outreach Program was
submitted to the Board by the Contract Compliance Officer for its review and consideration. It is
recommended that the Board determine that MCK has documented an adequate effort to comply
with the Outreach Program requirements, that MCK has attained a; 22% Mandatory
Subcontracting Minimum ("MSM") exceeding the 17% MSM specified for this project, and the
Board waive any minor irregularities in compliance with the County's Outreach Program.
The Consulting Architect for the project estimated the probable construction cost to be $56,000.
H A2002\2450201\02B002045m.doc
Board of Supervisors 245-0201/8.4.4
CONTRACT AWARD RECOMMENDATION March 11, 2003
Page 2
Bids received: Base Bid
1. MCK Services, Inc. $33,500
Concord
2. Bay Cities Grading &Paving, Inc. $49,900
Concord
3. J.W. Riley& Sons $50,500
Emeryville
4. Redgewick Construction $52,200
Hayward
5. Bellicitti &Pellieciotti Construction Company, Inc. $52,255
Santa Clara
6. B &B Grading &Paving, Inc. $52,820
Concord
7. North Bay Construction, Inc. $57,700
Petaluma
8. Sposeto Engineering, Inc. $63,400
Union City
9. Granite Construction Company $70,700
San Jose
SJ:aa
cc w/attach.: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
Contract Compliance Officer
eERTfi3 COPY
T certify that this is s full,true and correct Copy of the original document which
1s on fife in my office ATTEST 10HN SWEETEN Clark of the board of
Sn ors d County dmfs r b DeputyCltsrk.
03
cn
HA 2002\2as02orEozB002045m.doc
File: 245-02018.4.4
THE BOARD OF SUPERVISORS
AS EX OFFICIO THE GOVERNING BODY OF THE
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order of March 11, 2403,by the following vote:
AYES: SUPERVISOR GIOIA, UILKEMA, GLOVER & DeSAULNIER
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
DISTRICT III IS VACANT
SUBJECT: Award of Contract for the
Driveway Improvements of Fire Station No. 17 at
620 St. Marys Road, Lafayette for the
Contra Costa County Fire Protection District
Budget Line Item No. 7300-4820
Authorization No. 0929-WH820B
Bidder Total Amount Bond Amounts
MCK Services, Inc. $33,500 Payment: $33,500
P.O. Box 5697 Performance: $33,500
Concord
Bay Cities Grading&Paving, Inc
Concord
J.W. Riley& Sons
Emeryville
Redgewick Construction
Hayward
Bellicitti&Pellicciotti Construction
Company, Inc.
Santa Clara
B&B Grading&Paving, Inc.
Concord
North Bay Construction,Inc.
Petaluma
Sposeto Engineering, Inc.
Union City
Granite Construction Company
San Jose
The above project and the plans and specifications therefore having been previously
approved, Addendum No. 1 having been issued and approved, and bids having been duty invited and
received by the Director of General Services on January 16, 2003; and
The bidder listed first above, MCK Services, Inc. ("MCK"), having!submitted the lowest
responsive and responsible bid,which is $16,400 less than the next lowest bid; and
The Contract Compliance Officer having reported that MCK. has documented an adequate
good faith effort to comply with the requirements of the County's Outreach Program; and
The Director of General Services recommending that the bid submitted by MCK. is the
lowest responsive and responsible bid, and this Board concurring and so finding;
H A20021245o2Q 1\o2F3002046b.doc
I of 2
Award of Contract for the 245-0201/B.4.4
DRIVEWAY IMPROVEMENTS OF FIRE STATION March 11, 2003
NO. 17 AT 620 ST. MARYS ROAD, LAFAYETTE FOR
THE CONTRA COSTA COUNTY FIRE PROTECTION
DISTRICT
NOW,THEREFORE,the Board finds, determines and orders as follows:
The Board DETERMINES that MCK, as the lowest responsive and responsible bidder, has
demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply
with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in
such compliance, and
The Board, therefore, ORDERS that the contract for the furnishingof labor and materials
for said work is awarded to MCK at the listed amount and at the prices submitted in said bid, and that
said contractor shall present sufficient payment and performance surety bonds as indicated above, and
that the Director of General Services, or designee, 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, or designee, has reviewed and found them to
be sufficient, the Director of General Services, or designee, 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 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 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 designee; and
The Board DECLARES that, should the award of the contract to MCK 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 in accordance with
Public Contract Code Sections 5100-5107.
Orig. Dept. General Services Dept. o Capital Projects Management Division
cc: General Services Department
Capital Projects Management Division
Accounting
CPM File: 245-0201/A.5
County Administrator's Office
County Counsel
Contract Compliance Officer(via CPM)
Auditor-Controller
MCK Services, Inc.(via CPM)
Surety(via CPM)
Claudia Falconer, Architect(via CPM)
Contra.Costa County Fire Protection District(via CPM)
Slaa
C RTMW COPY
I certify that No Is a full,tm and oermet copy of the original document which
Is on iiia In tey office ATTEST JOHN SWEETEN Clerk of the board of
Su ors�ndC
�,MyAdmlpl��,,by deputy Clerk,
H:1200212450201102BOO2045h.doc
2 of 2