Loading...
HomeMy WebLinkAboutMINUTES - 04242012 - C.72RECOMMENDATION(S): 1. APPROVE the plans, specifications, and design for the subject project. 2. AWARD a contract in the amount of $2,958,000 (Base Bid and Additive Alternates #1 and #2) to W.A Thomas Co., Inc. (“W.A. Thomas”), the lowest responsive and responsible bidder for the subject project; and DIRECT the Director of Public Works, or designee, to prepare the contract. 3. DETERMINE that W.A Thomas has documented an adequate good faith effort to comply with the requirements of the County’s Outreach Program in connection with the above project and WAIVE any irregularities in such compliance. 4. FURTHER DETERMINE that W.A. Thomas, as the lowest responsive and responsible bidder for the above project, has entered into a Project Labor Agreement with the Contra Costa Building and Construction Trades Council to comply with the requirements of the County’s Project Labor Agreement policy. 5. DIRECT that W.A. Thomas shall submit two good and sufficient surety bonds (performance bond and payment bond) in the amount of $2,958,000 each and that W.A. Thomas and its subcontractors shall sign APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 04/24/2012 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Mary N. Piepho, District III Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor ABSENT:Gayle B. Uilkema, District II Supervisor Contact: Rob Lim, (925) 313-2000 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: April 24, 2012 David Twa, County Administrator and Clerk of the Board of Supervisors By: Carrie Del Bonta, Deputy cc: PW Administration, PW Accounting, PW CPM Division Manager, PW CPM Project Manager, PW CPM Clerical, Auditor's Office, County Counsel's Office, County Administrator's Office, County Administrator's Office C. 72 To:Board of Supervisors From:Julia R. Bueren, Public Works Director Date:April 24, 2012 Contra Costa County Subject:Award of Construction Contract for the New Crisis Residential Facility at 20 Allen Street, Martinez RECOMMENDATION(S): (CONT'D) a Project Labor Agreement for the project; and ORDER that, after W.A. Thomas has signed the contract and returned it, together with the bonds, the signed Project Labor Agreement, evidence of insurance, and other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee, is authorized to sign the contract for this Board. 6. AUTHORIZE the Director of Public Works, or designee, to exonerate any bid bonds posted by the bidders after execution of the above contract. 7. AUTHORIZE the Director of Public Works, or designee, to sign any escrow agreements 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 Director of Public Works, or designee, to order changes or additions to the contract 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 Director of Public Works, or designee. 10. DELEGATE, pursuant to Labor Code Section 6705, to the Director of Public Works 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 the contract to W.A. Thomas 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 re-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: The New Crisis Residential Facility will be funded by a combination of Hospital Enterprise funds and Mental Health Services Act funds. BACKGROUND: The New Crisis Residential Facility ("CRF") will provide for a 24-hour residential treatment program. Such a program is a viable alternative to hospitalization. In addition, the program will provide a transitional level of care for patients leaving hospitals but needing further assistance while re-entering the community. The CRF is designed to be a 6,600 s.f., two-story facility that includes space for 16 residents. The facility will also include a living room, a dining room, kitchen, a library, and administrative and support spaces. Staffing will include psychiatrists, nurses, clinical specialists, and peer providers (mental health patients who have completed required training and are employed by the County) and will be in compliance with State requirements for staffing ratios. A total of three parking stalls, including one handicapped-accessible stall, are being added on-site. Four bids were received and publicly opened on March 15, 2012, and the bid results are attached. In addition to the Base Bid scope of work, bidders were also required to submit bids on eleven bid alternates. The alternates recommended for award include Additive Alternate #1 for the addition of skylights and Additive Alternate #2 for the addition of exterior building signage. The total amount for the two Additive Alternates would add $8,000 to W.A. Thomas’ low Base Bid ($2,950,000). Two bids were below the cost estimate of $3,200,000 (Base Bid plus Additive Alternates #1 and #2). W.A. Thomas submitted the lowest responsive and responsible bid of $2,958,000, which is $225,500 less than the next lowest bid submitted by Roebbelen Contracting, Inc. Staff recommends that the contract be awarded to W.A. Thomas for a total award amount of $2,958,000 (Base Bid plus Additive Alternates #1 and #2). W.A. Thomas has submitted its documentation of good faith effort to comply with the requirements of the County's Outreach Program. The Contract Compliance Officer has reported that W.A. Thomas has documented an adequate good faith effort for this project. Pursuant to the County’s Project Labor Agreement ("PLA") policy, a PLA is required for this project. W.A. Thomas has signed a PLA and, as a condition of contract award, W.A. Thomas' subcontractors will also be required to sign the PLA. 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: If the contract is not awarded, mental health patient care will need to be provided by the County Hospital, which is more costly and will impact hospital bed capacity. CHILDREN'S IMPACT STATEMENT: N/A ATTACHMENTS Bid Results