COUNTY OF SAN MATEO

Inter-Departmental Correspondence

Department of Public Works

 

DATE:

August 2, 2007

BOARD MEETING DATE:

August 14, 2007

SPECIAL NOTICE/HEARING:

None

VOTE REQUIRED:

Majority

 

TO:

Honorable Board of Supervisors

FROM:

James C. Porter, Director of Public Works

SUBJECT:

2007 Memorial Park Restroom Replacement
(Project No. P11J2, F-36 [356A])

 

Recommendation

Adopt a resolution awarding and authorizing execution of a contract to George Bianchi Construction, Inc. in the amount of $130,816.76 for the replacement of a restroom building in Memorial Park.

 

Vision Alignment

Commitment: Ensure basic health and safety of all.

Goal 7: Maintain and enhance the public safety of all residents and visitors.

 

The project replaces an existing restroom facility as part of an overall program to maintain the park facilities for the benefit of the public.

 

Background

 

Previous Board Action

1.

Adopted Resolution Number 067027 on November 9, 2004, which authorized funding from Proposition 40 RZH.

 

2.

Adopted Resolution Number 068774 on June 5, 2007, adopting plans and specifications dated May 24, 2007, determining prevailing wage scales and calling for sealed proposals for the 2007 Memorial Park Restroom Replacement project.

 

History

Reference is made to the attached Exhibit “1” for the history of this project, including a description of Proposition 40.

 

Discussion

Previously, your Board adopted resolution 068626 authorizing and directing this department to issue a call for sealed proposals for this project to be received on or before Tuesday, April 17, 2007. No bids were received at that time.

 

This project was re-advertised, and on Tuesday, June 26, 2007, bids were accepted and subsequently referred to this office for checking and recommendation. The bids have been checked and the bid of:

 

George Bianchi Construction, Inc.

775-A Mabury Road

San Jose, CA 95133

 

at $130,816.76 was the lowest bid received.

 

The Engineer’s estimate was $125,000. A summary of the bids received is as follows:

 
 

1.

George Bianchi Construction, Inc.

$130,816.76

 
 

2.

Rodan Builders, Inc.

$176,000.00

 
 

Although the lowest bid is approximately $6,000 higher than the Engineer’s Estimate, we have reviewed the lowest bidder’s proposal and believe it accurately reflects costs for this type of work.

 

Additionally, because the majority of this project is comprised of the delivery of the prefabricated replacement restroom building, the subcontractor delivering the building will be performing over 50% of the work for this project. In light of the foregoing, we request that your Board waive the requirement that a prime contractor perform 50% or more of the work. Rodan Builders did not itemize the dollar amounts and percentages for work that was to be performed by their subcontractors. However, they are using the same subcontractor to haul and supply the restroom.

 

We have reviewed the Contract documents and have determined that the Equal Employment Opportunity program submitted by George Bianchi Construction, Inc. is in accordance with the current Equal Employment Opportunity Program Guidelines. We have also determined that the Contractor complies with the equal benefits and jury duty pay provisions of the County ordinance code.

 

A resolution has been approved as to form by County Counsel.

 

Fiscal Impact

Reference is made to the attached Exhibit “2”.

 

Attachment:

Exhibits “1” and “2”