HomeMy WebLinkAboutMINUTES - 06141988 - 2.2 CORREC'CED COPY, PLEASE ..�
DESTROY PREVIOUS ISSUE
2.2a
THE HOARD OF SU4.V:ESORS OF CONTRA COSTA WAY, CALIFORNIA
Adopted this Order on June 14, 1988 by the following vote:
AYES: Supervisors Pov:ers, Fanden, McPeak, Torlakson and Schroder
NOES: !Ione
ABSENT: None
ABSTAIN: None -
SUBJECT: Award of Contract for ) '*
West County Justice Center ) Resolution No. 88/354
Project B, Richmond )
Budget No. 4411-4101
Authorization No. 0928-WH101B
Bidder Base Bid ( Item 1 ) Total Bid Bond Amounts
Walsh Construction Co. $28 , 947 , 600 $30, 394 , 380 Payment
7820 Folsom Boulevard $14 ,473 ,800
Sacramento, CA 95826 Faithful
Performance
$28,947 ,600
S. J. Amoroso, Construction Co. , Inc . , Foster City, CA
Lathrop Construction Associates, Inc. , Benicia, CA
Hensel Phelps Construction Co. , Santa Clara, CA
Continental Heller Corporation, Redwood City, CA
Swinerton & Walberg, San Francisco, CA
NVE Constructors , Inc. , Sacramento, CA
Roebbelen Engineering, Inc. , E1 Dorado Hills , CA
Dillingham Construction N.A. , Inc. , Pleasanton, CA
Stolte, Inc. , Oakland, CA
Blount Construction Group, Montgomery, AL
Perini Corp. , San Francisco, CA
The above-captioned project and the specifications therefor being approved,
Addenda Nos. A, B, C, D, E, F and G being issued and bids being duly
invited and received by the Director, Justice System Programs; and
The County Affirmative Action Officer having determined that the lowest
responsible bidder has satisfied the MBE/WBE "good faith efforts" as
defined by the California Public Contract Code; and
The Director, Justice System Programs, recommending that the bid listed
first above is the lowest responsible bid and this Board concurring and so
finding;
NOW THEREFORE BE IT RESOLVEEthat the contract for the furnishing of labor
and materials for said work is awarded to said first listed bidder at the
listed amount and at the prices submitted in sufficient surety bonds as
indicated above; and that the County Administrator' s Office shall prepare
the contract therefor; and
Resolution No. 88/ 354
TtJ: BOARD OF SUPERVISORS 2.2a- 1
C<ntra
FROM: Phil Batchelor, County Administrator Costa
DATE: June 13 , 1988 Cam" "1
SUBJECT: West County Justice Center, Project B
Report on Bidding and- Contractor Evaluation
Specific Request(s) or Recommendations(s) & Background & Justification
RECOMMENDATION
ACCEPT the County Administrator ' s report describing the major activities
during the West County Justice Center, Project B bidding phase leading to
the determination that Walsh Construction Co. is the lowest responsive and
responsible bidder.
I. BIDDING
On March 1, 1988 , the Board of Supervisors approved the West County
Justice Center, Project B plans and specifications and authorized that
it be issued for bidding. The bid opening was scheduled for April 20.
A legal notice was issued by the Clerk of the Board. In addition,
project notices were published in the West County Times, the Tribune
and the Post newspapers. The County directly mailed the project
notice to over 250 contractors, subcontractors, suppliers, builder's
exchanges and plan holders ' rooms (eight of which provide technical
assistance to minority, women-owned and disadvantaged businesses) .
During the bidding period, 107 contractors and subcontractors
purchased bidding documents (eleven were businesses located within
Contra Costa County) .
On March 25 , the West County Justice Center Advisory Group hosted a
Preliminary Bid Workshop at the Richmond Auditorium. This workshop
provided an opportunity for contractors and subcontractors to meet and
talk about the project. There were over 65 in attendance. A pre-bid
conference was held on March 29 with approximately 57 attending. The
announcements for the workshop and conference were advertised in the
West County Times, Contra Costa Times, and Tribune. As a result of
the issuance of a large contract addendum, coupled with requests to
allow more time for subcontractor "networking" , on April 19 the Board
of Supervisors extended the bid opening two weeks to May 4. This time
extension was publicly announced in a legal notice and an addendum was
issued to all plan holders.
On May 4, bids from twelve general contractors were opened. The bid
was the total of the base bid and six alternates. A synopsis of the
bids is attached to this report as Exhibit A. The bids are in effect
for 45 calendar days after opening.
l��
CONTINUED ON ATTACHI4ENT: X YES Signature:
Recommendation of County Administrator
Recommendation of Board Committee
Approve Other
Signature(s) :
Action of Board on: JUN 14 1999 Approved as Recommended ✓ Other
Vote of Supervisors: I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
Unanimous (Absent ) AND ENTERED ON THE MINUTES OF THE
Ayes: Noes: BOARD OF SUPERVISORS ON DATE SHOWN.
Absent• Abstain• Attested: JUN 14 1988
CC: CAO, Justice System Programs Phil Batchelor, Clerk of
CAO the Board of Supervisors
County Counsel and County Administrator
By: , DEPUTY
Report on Bidding and Contractor Evaluation
Page Two
II . BID PROTEST
Shortly after the bids were opened, Lathrop Construction Associates
filed a bid protest claiming that the first (S.J. Amoroso Construction
Co. ) and second (Walsh Construction Co. ) low bidders had not listed
subcontractors in accordance with State law and the requirements of
bidding documents. A three member panel was formed to determine
whether the Amoroso and Walsh bids were responsive. A hearing was
held on May 24 with representatives from Amoroso, Walsh and Lathrop
given an opportunity to present their written and oral testimony. In
addition, the panel allowed Walsh and Lathrop to provide supplemental
written information and arguments following the hearing. The panel
issued its findings and determinations on June 6 . They found that
Amoroso' s bid was non-responsive and that Walsh' s bid was responsive.
A copy of the panel' s decision is attached as Exhibit B.
A second bid protest was made by Dillingham Construction echoing the
Lathrop protest. In addition, Dillingham claimed that bids were
accepted late and proposed that the project should be re-bid. The
County responded to Dillingham' s protest by letter, a copy of which is
attached as Exhibit C.
III . RESPONSIBILITY CHECK
The bidding documents required that the apparent low bidder must be
both responsive and responsible in order to be awarded the contract.
Walsh Construction Co. was required to provide evidence of competence,
timely documentation of their "good faith effort" -> to meet MBE/WBE
goals, a cost breakdown of their bid and a disclosure of their
intention to use local labor and purchase American products.
A. Competence
Within the time limit established by the County, Walsh provided
the following documentation:
1. Copy of their California Contractor' s license (Class A, B
and C-10) .
2. Corporate Annual Report, Financial Statement, and bank and
bonding company references.
3 . Preliminary project schedule and bar chart showing the Walsh
Western District' s current major projects.
4. List of current and past projects along with both owner and
Architect/Engineer references for each project. List
includes jail/prison projects--the most recent being the
California Department of Corrections Supply Facility, Del
Norte County.
5 . Company organization charts and resumes of the Project
Manager and Project Engineer.
6 . Inventory of the company' s major equipment and small tools.
The County' s reference checks confirmed the contractors
competence.
B. "Good Faith Effort"
Walsh provided the schedule of MBE/WBE participation at the time
of bid and supplemental information within 48 hours after the bid
opening, as required in the Instructions to Bidders. Several
listed MBE/WBE subcontractors were not certified in accordance
with the contract requirements, thus requiring Walsh to document
their good faith effort in accordance with the criteria set forth
in the bidding documents. This documentation was submitted
within 48 hours after bids were opened. Staff has concluded that
Walsh made a good faith effort to comply with the County' s goals
and requirements. The summary of Walsh' s good faith effort is
attached as Exhibit D. Walsh' s documentation was also reviewed
by the West County Justice Center Advisory Group' s chair who
Report on Bidding and Contractor Evaluation
Page Three
reported to the group that he is reasonbly convinced that Walsh
is committed to affirmative action in the project and is
continuing to work toward achieving the County' s goals
(Exhibit E) .
C. Cost Breakdown
Walsh provided a cost breakdown of their bid by specification
section as required. This data is a requirement of the Board of
Corrections and shall be included in the County' s contract with
the State.
D. Disclosure Statements
In response to the requirement that the contractor disclose his
intentions and the intentions of his subcontractors to utilize
local work forces on the project, Walsh provided the following:
The following statement of intent shall be
included in each subcontract issued by Walsh
Construction Company for this project, and
shall be required to be included in
subcontractors at all levels:
"It is the intention of Walsh Construction
Company, its subcontractors, and
sub-subcontractors at all levels to, wherever
possible, 1) utilize available local work
forces and, 2 ) utilize competitive businesses
in Contra Costa County for the direct purchase
of general items such as stationery, business
forms, copy services, office supplies,
lumber/hardware, small tools, consumables , and
so forth. "
In response to the requirement that the contractor
disclose his intentions and the intentions of his
subcontractors to purchase building supplies and
equipment from American businesses or manufacturers,
Walsh responded with the following:
"At this time, to the best of our knowledge,
no foreign manufactured permanent materials
are proposed for use on this project. "
EXHIBIT A
BID SYNOPSIS
tl M
M
w A
08 �71MOMM88808
N . •N
P N M N
N
M
M
A INi N I� �1 N n n h IN1
S M M M M M M M N 44 N M M M
n
J h I~I N I~f � h M n INI n n
K M M N M N M M M M N M N
p 1
„ � 25 25M 2SNN Yi MM
F
2 v v w M
.] M
O
e N " a n
....M M N M
s � _
N N N N N N N
M N M N N M N M
• N O ti A M 0 N M O O �1
n n X11 n n N h n n n M n
M M M M M M M M M M M N
D
N N Al
rH
_ - EXHIBIT B
Contra GENERAL SERVICES DEPARTMENT ohectaaoo General Services
Costa
Architectural Division
Costa Lease Management Division supsRo�t A�itect
C '� 1220 Morello Avenue, Suite 100 (e 15)372-2148
M•� Martinez, California 94553-4711 "G&W& r24.19M
Lease Manager
(415)372•+1818
135-8606/B.4
June 6, 1988
E'
Contra Costa County
West County Justice Center, Project B (WH101B)
DECISION ON BID PROTEST OF LATHROP CONSTRUCTION CO./LATHROP CONSTRUCTION
ASSOCIATES, INC.
On May 24, 1988, the County of Contra Costa ("County") held a hearing on
the bid protest of Lathrop Construction Co./Lathrop Construction Associates
Joint Venture ("Lathrop") dated May 6, 1988. The purpose of the hearing was
to determine whether Lathrop's protest has merit.
The hearing was held before a panel composed of Barton J. Gilbert,
Robert M. Rygh, and Robert Hill , who are employees of County's Department of
General Services, not involved in the bidding process. Lathrop was represent-
ed at the hearing by Roy Van Pelt and James W. Nelson. S. J. Amoroso Con-
struction Co. , Inc. ("Amoroso") was represented by Peter Sartorio. Guy F.
Atkinson Co. (acting by and through its Walsh Construction Division) ("Walsh")
was represented by Leslie E. ,Fay and Harry L. Justice.
Oral presentations were made by the various representatives at the
hearing. In addition, the panel considered the following written materials
submitted by the parties:
1. Letter from Fred A. Van Pelt (Lathrop) to Director, Justice System
Programs (County) dated 5-6-88.
2. Letter from James W. Nelson (Lathrop) to Director, Justice System
Programs (County) dated 5-6-88.
3. Letter from Leslie E. Fay (Walsh) to Gerry MacClelland dated 5-5-88.
4. Letter from J. M. Paxton (Amoroso) to Gerry MacClelland dated
5-6-88.
5. Letter from J. M. Paxton (Amoroso) to Gerry MacClelland dated
5-10-88.
6. Letter from Leslie E. Fay (Walsh) to Robert Hill (County) dated
5-24-88.
Pagel of 3
Contra Costa County 135-8606/B.4
West County Justice Center June 6, 1988
DECISION ON BID PROTEST OF LATHROP
CONSTRUCTION CO./LATHROP CONSTRUCTION
ASSOCIATES, INC.
7. - Letter from James W. Nelson (Lathrop) to Robert Hill (County) dated
5-26-88.
8. Proposals (Bid Forms) submitted by Amoroso, Walsh, and Lathrop.
9. Project Manual for West County Justice Center dated March 1, 1988,
including Addenda A, C, and F.
Having carefully considered the oral and written materials presented by
the parties, the undersigned hearing panel finds and determines as follows:
1. The bid submitted by Amoroso is non-responsive. Reasons include the
following:
a. During the hearing, Peter Sartorio, as representative of
Amoroso, conceded that his company's bid was non-responsive,
and withdrew the Amoroso letter dated May 10, 1988 to Gerry
MacClelland, AIA, Project Manager.
b. The bid submitted by Amoroso failed to list a subcontractor
approved to perform work specified under Division 17, as
required by the Instructions to Bidders (Division B, Section
2) .
2. The bid submitted by Walsh is responsive. Reasons include the
following:
a. Neither the specifications (Project Manual , including addenda)
nor State statute requires the listing of suppliers of deten-
tion equipment (Division 11).
b. None of the bidder's various subcontracts for aluminum windows,
glass, and glazing (Division 8) exceeds 1/2 of 1% of the bid
price, so listing was not required. (Pub. Contract Code,
Section 4104. )
C. Walsh's bid complies with the requirement that one firm be
responsible for providing all work specified in Sections 11190,
11191, 11192, and 11194, because Walsh is using a single
supplier for the work specified in these sections.
Page' 2 of 3
Contra Costa County 135-8606/6.4
West County Justice Center June 6, 1988
DECISION ON BID PROTEST OF LATHROP
CONSTRUCTION CO./LATHROP CONSTRUCTION
ASSOCIATES, INC.
d. Walsh does not require a Class C license to perform glazing
work (Division 8), because this project requires at least three
unrelated building trades or crafts. (See Cal . Code Regs. ,
Tit. 16, Section 834.)
CONTRA COSTA COUNTY
By:
Barton J. Gilbert
Director of General Services
By: jz 0• -'�a
Robert M. Rygh
Assistant Director of General Services
By: 17A� 1W
Robert D. Hill
Supervising Architect
13506R06.06A
RDH:dp
Page. 3 of 3
EXHIBIT C
County Administrator °o�'°"��"°�
PWNM
Juafte System Programs Costa TOM
651 Pirw Street Sth Floor �G�F-1 d-
MarrineL California 94553 COUrmy
(4t S) 646-4855 Hobert t Schroder
3rd Dismal
Ph/eatchwor
County Administrator . su"1e weight U~
% ah District
Tan Torlakson
June 10, 1988 `fir sa'District
Mr. W. Nugteren
Vice President
Dillingham Construction
P.Q. Box 1089
Pleasanton, CA 94566-4071
Subject: West County Justice Center, Project B
Bid Protest
Dear Mr. Nugteren:
Phil Batchelor asked me to respond to your May 20 letter. Enclosed is a copy of
the administrative panel's decision resulting from the bid protest hearing on
May 24. As you will note, the panel concluded that S. J. Amoroso's bid was not
responsive.
Copies of your protest letter were furnished to the panel and affected general
contractors at the hearing. Your request to reject all bids on the grounds of
"irregular receipt of bids that occurred at the bid opening" was not considered
by the panel since it did not relate to the issue at the hearing (contractor
responsiveness). The panel did, however, question the three general contractors
at the hearing on your claim that the County accepted late bids. None of the
contractors was able to support your claim. In investigating ,your claim with
the project manager, his staff and county staff overseeing the bid process, I
have been assured that all bids were received on time.
I am confident that the bid process was both fair and correctly administered.
Therefore, your request to reject all bids and re-bid the project is denied.
The County has no "bidding procedures" other than those described in the
Project Manual to Bidders and consistent with State statute.
Sincerely,
George r, Director
Justice ystem Programs
0192.1tr
EXHIBIT D
MINORITY BUSINESS ENTERPRISE
AND
WOMEN-OWNED BUSINESS ENTERPRISE
CONTRACT COMPLIANCE PROGRAM
The Affirmative Action Office has reviewed the three lowest
bids for the West County Justice Center. The lowest bidder
was Amoroso, a non-minority firm located in Foster City.
The bid amount was $29,678, 350. This firm was challenged
for not being responsive and the company was eliminated from
further consideration.
The next lowest bidder was Walsh Construction Company, a
non-minority firm located in Sacramento. The bid amount is
$29,847,160. This firm did not meet the goal for Minority
Business Enterprise participation nor Women-Owned Business
Enterprise (MBE/WBE) participation; therefore, their "good
faith efforts" were evaluated. None of the twelve bidders
met the County' s MBE/WBE goals.
At the time of bid, Walsh listed seven MBE/WBE firms, whose
work totalled $5,097 , 307 ; of which $4,502,060 ( 15. 5%) were
MBE' s and $595, 247 ( 2 . 1%) were WBE' s. Of the seven firms
listed, four were not certified with any of the certifying
agencies, therefore the County agreed to evaluate these
firms to determine eligibility. The work of these four
companies totalled $4,658, 482, 91% of the listed MBE/WBE
total. As a result of this review,, it appears that two
firms (Contra Costa Electric and Oakland Fence) are not
certifiable, one is not a licensed business (Advanced
Landscaping Industry) and must be replaced and one may be
certifiable (Valverde and Sons) upon receipt of additional
documentation.
Walsh Construction Company has made a "good faith effort" to
comply with the goals and requirements in accordance with
the criteria set forth in the bid documents (Public Contract
Code Section 2000) . The following presents the "good faith
effort" and analysis of Walsh's efforts:
a. Criterion: The bidder attended any presentation
or pre-bid meetings that were scheduled by the
County to inform all bidders of the minority and
women business enterprise program requirements for
the project for which the contract will be
awarded. The County may waive this requirement if
it determines that the bidder is informed as to
those program requirements.
Response: Walsh Construction Company sent three
representatives to a scheduled pre-bid meeting on
March 29, 1988 in Richmond, California. They also
requested and obtained lists of minority and
women-owned contractors who participated in a
minority/women contractors pre-bid workshop on the
West County Justice Center the previous week
( 3/25/88) .
b. Criterion: The bidder identified and selected
specific items of the project for which the
contract will be awarded to be performed by
minority or women business enterprises to provide
an opportunity for participation by those
enterprises.
Response: The contractor (Walsh) identified work
in all sections in the contract specifications and
made them available to MBE/WBE firms for
participation.
C. Criterion: The bidder advertised, not less than
10 (ten) calendar days before the date the bids
are opened, in one or more daily or weekly
newspapers, trade association publications,
minority or trade oriented publications, trade
journals, or other media such as Daily
Construction Service, the Daily Pacific Builder
and the Small Business Exchange.
Response: The contractor advertised a minimum of
four weeks before the bid opening in trade
association publications, minority or trade
oriented publications for minority and women-owned
businesses. Some of the journals were: Small
Business Exchange, East/West Chinese Journal, E1
Tecolete, Asian Week, Daily Pacific Builder, Sun
Reporter and Daily Construction Services. Ten
Building Exchanges were also notified such as
Building Exchange of Alameda, Peninsula, Main,
Humboldt, Solano-Napa County, Sacramento, North
Coast, etc.
d. Criterion: The bidder provided written notice of
his or her interest in bidding on the contract to
minority or women business enterprises licensed to
provide the specific items of the project not less
than 10 (ten) calendar days prior to the opening
of bids. The Local Small and Minority Construction
Related Business Directory and information regard-
ing other resources will be available to the
bidder through the One Stop Center located in City
Hall, Room 101, Richmond, California.
Response: The contractor contacted minority and
women-owned businesses through certified mail
beginning on March 23, six weeks before bid
opening. The number of MBE/WBE contacted was more
2 -
than 200 with approximately 150 responses
received.
e. Criterion: The bidder followed up initial
solicitations of interest by contacting the
enterprises to determine with certainty whether
the enterprises were interested in performing
specific items of the project.
Response: Walsh Construction followed up initial
NIDE/WBE contacts to determine whether they were
interested in performing specific items on the
project. Approximately 149 telephone contacts
were made with more than 85 follow-up calls.
f. Criterion: The bidder provided interested
minority and women business enterprises with
information about the plans, specifications, and
requirements for the selected sub-contracting or
material supply work.
Response: Walsh Construction provided interested
MBE/WBE with information about the West County
Detention Project specifications, plans, and
requirements for the selective subcontracting of
material supply work by identifying specific items
of the project where necessary. Copies of
specification sections were supplied to
subcontractors.
g. Criterion: The bidder requested assistance from
minority and women community organizations;
minority and women contractor groups; local,
state, or federal minority and women business
assistance offices; or other organizations that
provide assistance in the recruitment and
placement of minority or women business
enterprises, if any are available (see Section
35.b. 8) .
Response: Walsh Construction requested assistance
from minority and women-owned contractors group;
minority and women community organizations; local
business assistance offices whose emphasis
includes the recruitment and development of
minority and women-owned businesses. Some of the
agencies contacted are:
- San Francisco/Oakland Minority Business
Development Center
- Minority Contractors of Northern California
- Golden State Business League
- Homitz Allen Associates
- One Stop Center
- Technical Data
- Contra Costa County Hispanic Chamber of
Commerce
- 3 -
Contra Costa County Black Chamber of Commerce
NECA of Northern California
Plumbing, Heating and Cooling Contractors
Associated General Contractors of California
Associates Roofing Contractors
Solano County Private Industry Council
SMACNA, Greater Oakland Area
h. Criterion: The bidder negotiated in good faith
with the minority or women business enterprises,
and did not unjustifiable reject as unsatisfactory
bids prepared by any minority or women business
enterprises, as determined by the County.
Response: Walsh Construction negotiated in good
faith with MBE/WBE and did not unjustifiably
reject bids prepared by such firms.
i . Criterion: Where applicable, the bidder advised
and made efforts to assist interested minority and
women business enterprises in obtaining bonds,
lines of credit, or insurance required by the
County or contractor.
Response: Walsh Construction did not receive any
specific requests for assistance from minority or
women-owned businesses in obtaining bonds, lines
of credit or insurance. If requested however,
Walsh Construction would have advised and
assisted MBE/WBE firm.
j . Criterion: The bidder' s efforts to obtain
minority and women business enterprise
participation could reasonably be expected by the
County to produce a level of participation
sufficient to meet the goals and requirements of
the County.
Response: Walsh Construction Company, based on
the documentation submitted, demonstrated a
conscientious effort during the bidding process to
assure that minority and women-owned businesses
had the maximum practicable opportunity to provide
bids as subcontractors and suppliers on this
project. This effort included a comprehensive
advertising and notification effort, follow-up
with interested parties, and use of appropriate
support groups and organizations. From the 149
companies contacted by telephone, Walsh received
72 bids from these apparent MBE and WBE firms, 14
of which were listed ( low bid) .
Walsh has recently identified six (6) MBE/WBE
subcontractors; four minority and two women
4 -
subcontractors that will be added to the current
project. The minority subcontracts price totals
$2,339,972, and the women subcontracts price
totals $74,805. These prices are in addition to
the previous certified MBE price of $317,775, and
WBE price of $121,050 (since J. R. Enterprises, D
& H, certification is pending with Cal-Trans, we
have included them in the cost as a WBE) .
This gives us a total MBE participation of
$2,657 ,747 or 9% of the total contract and WBE
participation of $195,855 or .7%. This total will
increase by $329, 285 if Valverde and Sons is
certified and by an additional $430,000 * if the
replacement to Advanced Landscaping is an MBE/WBE
firm.
Some of the items of work still to be performed
that may include MBE/WBE's participation are:
Earth Work Toilet Partitions
Rough Carpentry Louvers and Vents
Building Insulation Toilet & Janitorial
Accessories
Flashing & Sheet Metal Office Equipment
Building Sealants Laundry Service
Equipment
Access Doors Hydraulic Elevator
Cell Padding Pneumatic Tube Sys.
In summary, Walsh Construction Company, based on their
"good faith effort" , has met the county' s goals and
requirements as set forth in the bid documents.
- 5 -
EXHIBIT E
WEST COUNTY JUSTICE CENTER
ADVISORY GROUP
TO: Advisory Group Members DATE: June 9, 1988
West County Justice Center
FROM: Lloyd Madden, Chair �/' SUBJECT: Review of MBE/WBE Participation
WCJC Advisory Group West County Justice Center, Project B
At the West county Justice Center Advisory Group meeting held on Wednesday, May 25, 1988,
the Advisory Group authorized me to review the enclosed report prepared by Emma Kuevor,
Affirmative Action Officer for the County. The purpose of the review was to determine
whether or not the evaluation report results relative to MBE/WBE certification and level of
participation are consistent with the established goals and secondly to review the
Affirmative Action Officer's decision relative to the "good faith effort" of the general
contractor.
I have concluded my review of the report, met with Scott Tandy, Chief Assistant County
Administrator, Emma Kuevor and Gerry MacClelland and have decided there is no need to call
a special action meeting of the Advisory Group. I am reasonably convinced that the general
contractor is committed to affirmative action in the project and is continuing to work
towards achieving the County's established affirmative action goals.
The contract award is scheduled for Tuesday, June 14, 1988. I hop you can attend.
2 . 2b
THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on June 14, 1988 by the following vote:
AYES: Supervisors Powers, Fanden, McPeak, Torlakson and Schroder
NOES: None
ABSENT: None
ABSTAIN: None
--------------------------------------------------------------------------
--------------------------------------------------------------------------
SUBJECT: County Jail Capital Construction Fund with )
Board of Corrections for Construction of ) Resolution 88/355
West County Justice Center )
Budget No. : 4411-4101
Authorization No. : 0928-WH101B
In accordance with the County Jail Capital Expenditure Bond Act, on
November 17, 1983 , the County made application to the California Board of
Corrections for a grant to partially fund the construction of a 560-bed
Type II detention facility to house sentenced and unsentenced inmates; and
The Board of Corrections approved the grant application committing up to
$36 , 570 , 521 to be used for the construction and purchase of equipment, but
not to exceed 750 of total eligible project costs;
BE IT RESOLVED by the Board of Supervisors of the County of Contra Costa
that:
a) The Chairperson of the Board of Supervisors is authorized to sign the
contract, any amendments, or extensions between the County of Contra
Costa and the California State Board of Corrections for the expenditure
of $34 ,085 ,246 State and $11, 361,749 County funds for the construction
of the West County Justice Center.
b) Appoints Terry Mann to act as fiscal officer for the project.
c) Appoints George Roemer to act as project director and contact person
for the project.
d) Appropriates the necessary matching funds for the project.
e) Certifies the Board of Supervisors has reviewed the staffing needs of
the new facility.
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: - -e. �9 'C7
PHIL BATCH LOR, Clerk of.ttte Beard
of Supervisoo and County Administrator
By . Deputy
Orig. Dept: CAO, Justice System Programs
cc: CAO
GSD, Accounting Dept.
Auditor-Controller
88/355
0tn10-1.
2 . 2c
TOS BOARD OF SUPERVISORS
FROM: Phil Batchelor, County Administrator lJwtra
DATE: June 14, 1988 "Wa
SUBJECT: Authorizing the Director, Justice System Programs
To Execute Change Orders to West County Justice Center
Construction Contracts
Specific Request(s) or Recommendations(s) & Background & Justification
RECONMUMDATION
AUTHORIZE the Director, Justice System Programs, to order changes or
additions in the work being performed under construction contracts subject
to the provisions of Public Contract Code Article 3 .5 , commencing with
Section 20121, provided such orders are in writing and the extra cost to
the County for any change or addition to the work so ordered is within
the limits specified in Public Contract Code, Section 20142.
FINANCIAL IMPACT
There are no financial impacts, except the recommended authorization will
reduce paper work and make the administration of building construction
contracts more timely and efficient.
REASONS FOR RECOMENDATIONJBACKGROUND
A. The Public Contract Code, Section 20142, specifies that, "The Board of
Supervisors may, by board order, authorize the County Engineer, or
other county officer, to order changes or additions in the work being
performed under construction contracts" . Section 20142 requires that
such orders shall be in writing and that the extra costs for any
change or addition to the work so ordered shall not exceed ten percent
of the amount of original contracts exceeding $50 ,000 , but in no event
shall the extra cost of any change or addition to the work so ordered
exceed $25 ,000.
B. The construction contracts for both Projects A and B contain a . 5o
Supplemental Work Allowance for change orders. No single changes
exceeding $25 ,000 nor cumulative changes exceeding the Supplemental
Work Allowance will be authorized without the Board of Supervisors '
approval.
C. Authorization is needed so that the County can continue to process
building construction contract change orders la a timely manner.
4�0111
CONTINUED ON ATTACH14ENT: YES Signature:
Recommendation of County Administrator
Recommendation of Board Committee
Approve Other
Signature(s) :
Action of Board. on: JUN 14 1988 Approved as Recommended Other
Vote of Supervisors: I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
Unanimous (Absent ) AND ENTERED ON THE MINUTES OF THE
Ayes: Noes: BOARD OF SUPERVISORS ON DATE SHOWN.
Absent- Abstain- JUN 14 1988
Attested:
cc: CAC, Justice System Programs Phil Batchelor, Clerk of
General Services Department the Board of Supervisors
Accounting and County Administrator
By: DEPUTY