Loading...
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