Loading...
HomeMy WebLinkAboutMINUTES - 03111997 - C58 HOUSING AUTHORITY OF THE COUNTY OF CONTRA COSTA TO: BOARD OF COMMISSIONERS FROM: Richard J. Martinez,Executive Director DATE: March 11, 1997 SUBJECT: AWARD CONTRACT FOR CENTRAL COUNTY HOMELESS SHELTER AND TRAINING CENTER,PHASE 1,TO OLIVER AND COMPANY IN THE AMOUNT OF $439,220. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: AWARD the contract to Oliver and Company in the amount of$439,220; AUTHORIZE the Executive Director of the Housing Authority to execute the contract with Oliver and Company upon receipt of satisfaction performance and payment bonds and insurance certificates; ORDER that the Executive Director is authorized to sign any escrow agreements prepared for this project to permit the substitution of securities for moneys withheld by the Housing Authority to ensure performance under the contract,pursuant to Section 22300 of the Public Contract Code;and Pursuant to Public Contract Code Section 4114,DELEGATE the Board's functions under Public Contract Code Sections 4107 and 4110 to the Executive Director or his designee. II. FINANCIAL IMPACT: This contract is funded by several sources specifically allocated to this project. These sources are: Contra Costa County CDBG $398,600 City of Concord CDBG $100,000 City of Walnut Creek CDBG $20,000 . State of California Emergency Housing Assistance Program(EHAP)II $20,000 Residual funds from County acquisition $5,978 544 578 The funds listed exceed the amount of the contract due to provision for other project costs and contingency for this project. No General Funds moneys will be used for this project. X CONTINUED ON ATTACHMENT: YES SIGNATURE RECOMMENDATION OF EXECUTIVE DIRECTOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON� ��T/9 9T APPROVED AS RECOMMENDED�_OTHER VOTE OF COMMISSIONERS I HEREBY CERTIFY THAT THIS IS A UNANIMOUS (ABSENT ) TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN AND ENTERED ON THE ABSENT: ABSTAIN: MINUTES OF THE BOARD OF COMMISSIONERS ON THE DATE SHOWN. ATTESTED �� �� PHIL BATCHELOR,CLE K OF THE BOARD OF COMMISSIONERS AND COUNTY ADMINISTRATOR BY 0,,DEPUTY • <w WARD AWARD CONTRACT FOR CENTRAL COUNTY HOMELESS SHELTER AND TRAINING CENTER,PHASE 1,TO OLIVER AND COMPANY March 11, 1997 Page 2 of 2 III. REASONS FOR RECOMMENDATIONBACKGROUND The Housing Authority has been working cooperatively with the County's Health Services Department for over two years to obtain the funds necessary to begin implementing a phased plan of improvement for the Central County Homeless Shelter located at 2047 Arnold Industrial Way,Concord. The design for these improvements has also been in process for the past year and an acceptable design has been completed. The Housing Authority is now ready to move ahead with Phase I of the needed improvements. This phase will provide the following permanent improvements to the shelter: replacing the bathrooms, upgrading the men's and women's dorms, constructing a special needs dorm,constructing administrative offices for the shelter service provider and other support service providers, and upgrading the existing HVAC system. In July 1996,the Housing Authority published a Request for Proposals to solicit proposals from General Contractors interested in this project. Several proposals were received and each firm was interviewed and ranked by a review panel. The top ranked firm was Oliver&Company,Richmond,California. Oliver&Company has since assisted the Housing Authority and the architect by performing cost estimating,value engineering, and soliciting sub bids for this project. This method of design development has served this project well,especially since budget dollars have been extremely tight and funding sources required accurate cost projections which were obtained from Oliver&Company. This"negotiated"method was also chosen because a contracting firm was needed who thoroughly understood the project scope and stingent scheduling requirements. Scheduling has been a primary design concern since the Shelter will remain open during remodeling,requiring extraordinary scheduling. The Architect for this project(Davis&Joyce)has reviewed the contractor costs and found them to be reasonable. Further, Oliver&Company has aggressively solicited sub-contractor bids in order to achieve price competitiveness. The contractor has met or exceeded the MBE and WBE goals for this project. IV. CONSEQUENCES OF NEGATIVE ACTION: Should the Board of Commissioners elect not to approve the execution of a contract with Oliver and Company the Housing Authority may experience scheduling delays that may jeopardize funding allocated to this project. :\home\rmcew\msoffic wines g e\ ord\boshlt2.doc