HomeMy WebLinkAboutMINUTES - 09112012 - C.55RECOMMENDATION(S):
(1) APPROVE design, plans, and specifications for the above project.
(2) DETERMINE that the bid submitted by Romkon, Inc. (“Romkon”) is non-responsive for failure to comply with
the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and
REJECT Romkon’s bid on that basis.
(3) DETERMINE that the bid submitted by A & E Emaar Co. (“Emaar”) complied with the requirements of the
County’s Outreach Program for this project, as provided in the project specifications, and FURTHER DETERMINE
that Emaar submitted the lowest responsive and responsible bid for this project.
(4) AWARD the construction contract for the above project to Emaar in the amount of $203,700 and DIRECT that the
Public Works Director, or designee, shall prepare the contract.
(5) DIRECT that Emaar shall submit two good and sufficient security bonds (performance and payment bonds) in the
amount of $203,700 each.
(6) ORDER that, after the contractor has signed the contract and returned it, together with the bonds, evidence of
insurance, and other required documents,
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 09/11/2012 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I Supervisor
Candace Andersen, District II
Supervisor
Mary N. Piepho, District III
Supervisor
Karen Mitchoff, District IV
Supervisor
Federal D. Glover, District V
Supervisor
Contact: Rob Lim (925) 313-2000
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: September 11, 2012
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Carrie Del Bonta, Deputy
cc: 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. 55
To:Board of Supervisors
From:Julia R. Bueren, Public Works
Date:September 11, 2012
Contra
Costa
County
Subject:AWARD Construction Contract for the Kitchen/Cafeteria Seismic Upgrades Project at Contra Costa Regional
Medical Center, 2500 Alhambra Avenue, Martinez
RECOMMENDATION(S): (CONT'D)
and the Public Works Director has reviewed and found them to be sufficient, the Public Works Director, or designee,
is authorized to sign the contract for this Board.
(7) ORDER that, in accordance with the project specifications and/or upon signature of the contract by the Public
Works Director, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash
submitted for security shall be returned.
(8) AUTHORIZE the Public Works Director, 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 moneys withheld by the
County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.
(9) AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to
Public Contract Code Section 20142.
(10) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the
Board’s functions under Public Contract Code Sections 4107 and 4110.
(11) DELEGATE, pursuant to Labor Code Section 6705, to the Public Works 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.
(12) DECLARE that, should the award of the contract to Emaar 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 in this Board Order shall prevent the Board from re-awarding 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 (see Public Contract Code Sections 5100-5107).
FISCAL IMPACT:
The project is funded by the Health Services Department's Enterprise Fund (EF-1), fiscal year 2012/2013 budget.
BACKGROUND:
The project involves seismic upgrades to the kitchen/cafeteria building at the Contra Costa Regional Medical Center
(“CCRMC”). The kitchen/cafeteria building is a two-story, wood-frame building that was constructed in 1951. The
scope of work includes adding interior bracing, an exterior buttress, and improved structural connections. When the
building was remodeled in the past, no seismic upgrades were made.
Plans and specifications for the project were prepared for the Public Works Department by Theophanous Structural
Engineers and filed with the Clerk of the Board by the Public Works Director. Bids were received and opened by the
Public Works Department on August 9, 2012, and the bid results are as follows:
BIDDER BASE BID
Romkon, Inc., San Francisco $189,500 (non-responsive)
A & E Emaar Co., Albany $203,700
BHM Construction, Inc., Vallejo $248,575
OnPoint Construction, Millbrae $268,900
W.A. Thomas Co., Inc., Martinez $294,000
Vila Construction, Richmond $296,191
S&H Construction, Inc., Fremont $389,000
RL Brown Construction, Inc., Martinez $425,000
Two of the eight bids received were below the Engineer’s Estimate of $215,000. In evaluating the apparent low bid
submitted by Romkon, it was determined that the bid was non-responsive for failure to comply with the requirements
of the County’s Outreach Program, as provided in the project specifications. On August 22, 2012, a letter was sent to
Romkon notifying them of the bid deficiencies and staff’s determination. Romkon did not contest the deficiencies or
determination within the time allowed. The Public Works Director recommends that the Board determine Romkon’s
bid was non-responsive and reject the bid on that basis.
Staff has evaluated the bid submitted by Emaar, including the documentation of good faith effort to comply with the
County’s Outreach Program, as provided in the project specification. Staff has determined that Emaar documented an
adequate good faith effort to comply with the requirements of the County’s Outreach Program, as provided in the
project specifications, and that Emaar’s bid complied with the project specifications. The Public Works Director
recommends that the Board award the construction contract for this project to Emaar, the lowest responsible bidder,
in the amount of $203,700.
The general prevailing rates of wages, 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 seismic upgrades, the kitchen/cafeteria building will be more susceptible to damage during an earthquake.
The kitchen is also required to be seismically upgraded in order to meet the seismic safety requirements of the Office
of Statewide Health Planning and Development. Failure to upgrade the building could possibly result in revocation of
the permit to operate the CCRMC.
CHILDREN'S IMPACT STATEMENT:
Not applicable.