Loading...
HomeMy WebLinkAboutMINUTES - 03272012 - C.73RECOMMENDATION(S): 1. APPROVE the plans, specifications, and design for the subject project; and DELEGATE to the Deputy General Services Director, or designee, or to any licensed architect or engineer employed by the County, the authority to approve any design modifications prepared for the above project. 2. AWARD a construction contract in the amount of $910,000 to Bay Cities Paving & Grading Co., Inc. ("Bay Cities"), the lowest responsive and responsible bidder for the subject project; and DIRECT the Deputy General Services Director, or designee, to prepare the contract. 3. DETERMINE that Bay Cities has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program (Division E) in connection with the above contract and WAIVE any irregularities in such compliance. 4. DIRECT that Bay Cities shall submit two good and sufficient security bonds (performance and payment bonds) in the amount of $910,000 each. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 03/27/2012 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Gayle B. Uilkema, District II Supervisor Mary N. Piepho, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Rob Lim, (925) 313-7200 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: March 27, 2012 David Twa, County Administrator and Clerk of the Board of Supervisors By: Carrie Del Bonta, Deputy cc: GSD Administration, GSD Accounting, GSD CPM Division Manager, GSD CPM Clerical, Auditor's Office, County Counsel's Office, County Administrator's Office, County Administrator's Office C. 73 To:Board of Supervisors From:Julia R. Bueren, Public Works Director Date:March 27, 2012 Contra Costa County Subject:Award of Construction Contract for the New Parking Lot E Project, 2500 Alhambra Ave., Martinez 5. ORDER that, after Bay Cities has signed the contract and returned it, together with the bonds, evidence of insurance, RECOMMENDATION(S): (CONT'D) and other required documents, and the Deputy General Services Director has reviewed and found them to be sufficient, the Deputy General Services Director, or designee, is authorized to sign the contract for this Board. 6. AUTHORIZE the Deputy General Services Director, or designee, to exonerate any bid bonds posted by the bidders after execution of the above contract. 7. AUTHORIZE the Deputy General Services Director, or designee, to sign any escrow agreement prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for monies withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300. 8. AUTHORIZE the Deputy General Services 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, the Board's function under Public Contract Code Sections 4107 and 4110, with regards to subletting and subcontracting, to the Deputy General Services Director, or designee. 10. DELEGATE, pursuant to Labor Code Section 6705, to the Deputy General Services Director or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection during trench excavation covered by that section. 11. DECLARE that, should the award of a contract to Bay Cities be invalidated for any reason, the Board would not 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 awarding a 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. FISCAL IMPACT: No General Funds are involved. Funding for the New Parking Lot ”E” Project will be provided by a combination of Federal and State funding, contained within the Contra Costa Regional Medical Center Enterprise 1 Capital Budget. BACKGROUND: The Contra Costa Regional Medical Center Campus has experienced on-going parking The Contra Costa Regional Medical Center Campus has experienced on-going parking shortages for visitors and patients for years. A new surface parking lot ”E” is planned on the site adjacent to existing parking lot ”B” near the hospital building. New Parking Lot ”E” will be approximately 46,760 square feet in size and will provide 80 new visitor and staff parking stalls, including 5 ADA spaces. The site was previously occupied by two deteriorated buildings, which have been demolished. Forty new trees will be planted as part of the landscaping throughout the parking area. Eleven existing trees will be removed. three of which were found to be in poor condition. Plans and specifications for the project have been prepared for the General Services Department by International Parking Design, Inc. ("IPD") and filed with the Clerk of the Board by the Deputy General Services Director. Ten bids were received and opened by the General Services Department on February 16, 2012, and the bid results are as follows: Bidder Base Bid Bay Cities Paving & Grading Co., Inc., Concord $910,000 Carone & Company, Concord $957,000 Stevens Creek Quarry, Cupertino $1,011,400 Granite Construction Company, Santa Clara $1,031,481 Redgwick Construction Company, Newark $1,036,200 Hess Construction, American Canyon $1,088,800 W.R. Forde Associates, Richmond $1,119,000 Granite Rock Company, San Jose $1,179,080 Ghilotti Bros., San Rafael $1,380,099 American Asphalt, Hayward $1,420,000 All bids were above the consultant's estimate of $400,000. Bay Cities submitted the lowest responsive and responsible bid of $910,000, which is $47,000 less than the next lowest bid submitted by Carone & Company. The sizable variation between the cost estimate and the actual bids was evaluated by IPD and it was determined that there were some items not accounted for in the cost estimate, as well as an underestimate of concrete work and scope related to stormwater retention compliance. In addition, the limited amount of the staging/laydown area may have increased the costs. The project team has determined that the bids are in alignment with the scope of work in the bid documents. Staff recommends that the contract be awarded to Bay Cities for a total award amount of $910,000. While the low bid exceeds the consultant's estimate, there are sufficient funds for construction and other project related costs. Bay Cities has submitted its documentation of good faith effort to comply with the requirements of the County's Outreach Program (Division E). Staff recommends the Board determine that Bay Cities has documented an adequate good faith effort to comply with the requirements of the Outreach Program and that the Board waive any irregularities relating to such compliance. Pursuant to the County’s PLA policy, a PLA is not required for this project, because Bay Cities’ bid is below the $1 million threshold. The general prevailing wage rates, 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: Without the new parking lot, visiting patients will continue to have difficulty finding parking at the Contra Costa Regional Medical Center. CHILDREN'S IMPACT STATEMENT: Not applicable.