HomeMy WebLinkAboutMINUTES - 05162000 - C123-C125 TO BOARD OF SUPERVISORS
CONTRA
:{.rY
FROM: PHIL BATCHELOR, COUNTY ADMINISTRATOR W. COSTA
COUNTY
DATE: May 16, 2000 .
SUBJECT: APPROVE PLANS AND SPECIFICATIONS FOR THE MARTINEZ HEALTH CENTER
(A.K.A. AMBULATORY CARE FACILITY) WH609B
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECON MENDATION(S):
1. RECOGNIZE that many of the buildings at the Contra Costa Regional Medical Center currently
occupied by outpatient, support, and administrative services are both substandard and
operationally inefficient.
2. ACKNOWLEDGE that in order to deliver quality comprehensive and cost effective health care to
its patients, the Health Services Department needs to pian for long term upgrade of the entire
Martinez medical center campus.
3. RECOGNIZE that in August 1998, the Board of Supervisors AUTHORIZED the development of a
master plan for the medical center campus that included the programming of a new Martinez
Health Center.
4. ACKNOWLEDGE that at least six alternatives were developed for the master plan, and the most
efficient, cost effective alternative was selected by staff for further development and
recommendation to the Board.
5. ACKNOWLEDGE that after a formal competitive selection process staff recommended to the
Board, and on April 20, 1999 the Board authorized, negotiations with Anshan + Allen Architects,
Inc., the highest ranked architectural firm, to design a new Martinez Health Center.
CONTINUED ON ATTACHMENT: -X YES SIGNATUR
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMEND ION OF BO ITTEE
PROVE OTHER
SIGNATURE(S):
ACTION OF BOAR MAY 1 E,, 2MO APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
UNANIMOUS(ABSENT NONE i TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED
ABSENT:-ABSTAIN: ON MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
ATTESTED My 16 2000
PHIL BATCHELOR,CLERK OF
THE BOARD OF SUPERVISORS
BY off- N DEPUTY
,ura Lockwood, CAC?—Capital Facilities and Debt nalgement 5-1053
BECOMMENDAMNS (continued):
6. CONFIRM that the Board authorized the County Administrator to proceed with the design and
construction of a new Martinez Health Center on July 20, 1999.
7. NOTE that Anshen + Allen completed the construction documents for the Martinez Health Center
in accordance with the user requirements and this design was approved by the Health Services
and Capital Facilities steering committee.
8. OBSERVE that during development of this design Anshen + Allen provided planning and design
services beyond the scope of their contract. These services included coordinating the removal,
rerouting, and replacement of existing utilities at the medical center and incorporating additional
medical equipment with the construction drawings.
9. ADOPT a resolution approving plans and specifications for the new Martinez Health Center at the
Contra Costa Regional Medical Center 2500 Alhambra Avenue Martinez, California.
10.DIRECT staff to post a Notice of Determination with the County Clerk.
11.APPROVE AND AUTHORIZE the County Administrator or his designee to execute an
amendment to the consulting services agreement with Anshen + Allen Architects, Inc. raising the
payment limit by $35,500 from $1,282,650 to $1,318,150.
FINANCIAL IMPACT:
The architect estimates the initial construction contract cost at $14,371,890, out of total project
budget of$26,000,000. The proposed project will be financed with lease revenue bonds to be sold
in the winter of 2000/01 at an estimated net annual debt service cost of$1.6 million. During
construction, interest costs on the bonds will be capitalized so that debt service payments will not
begin until the completion of construction, now estimated to occur in the winter of 2002/03.
BACKGROUND:
The acute care hospital at the Contra Costa Regional Medical Center was opened for business in
January 1998. This new hospital provides a state-of-the-art facility for Contra Costa County
residents and employees. It replaced an obsolete, seismically unsound facility that had outlived its
useful life. Construction of the new hospital was completed under budget and as a result the County
was able to fund other miscellaneous projects at the hospital, including a new clinical/public health
lab, kitchen cafeteria and parking improvements. Some bond funds are also available for the
proposed Martinez Health Center.
In August of 1998 the County began the development of a comprehensive master plan for the
CCRMC campus and a preliminary design program for replacement of the specialty care clinics.
Plans are already complete and construction has begun on a new Clinical and Public Health Service
Laboratory and associated parking facilities. In April 2000, the Board approved the plans and
specifications for upgrade of the air-conditioning system in the cafeteria and kitchen building.
Therefore, after implementation of these projects, the County will be fully equipped with modern
health care facilities on the Martinez campus to serve the needs of central Contra Costa for many
years to come.
In January 1999, the Board approved the refunding and restructuring of existing Health Services
debt. This reduced the Department's annual debt service costs by approximately $1.4 million per
year. This savings created an opportunity to finance a substantial portion of the costs of two
replacement health facilities (Los Medanos and Martinez Health Center) without substantially
increasing net County costs for annual debt service. The County issued bonds for improvements to
Los Medanos in January 1999, with the plan to finance improvements to the Martinez Health Center
once it was designed and put out to bid.
On April 20, 1999 the Board of Supervisors approved recommendations of the Architect Selection
Committee for the new Martinez Health Center and authorized negotiations with the two highest
ranked firms in order of preference. The top two firms in preferred order were Anshen + Allen
Architects, Inc and Kaplan McLaughlin Diaz (architect of the acute care hospital). The top ranked
firm, Anshen + Allen Architects Inc. negotiated a price proposal within the county's budget allocation
and the Board authorized a contract on July 20, 1999.
The architect and construction manager presented designs for the Martinez Health Center to the
County Board of Supervisors, the Martinez City Council, and the Martinez Business Forum.
Community feedback and staff input has been overwhelmingly positive.
cc: CAO Finance, Auditor/Controller, GSD (Accounting)—Terry Mann, Frank Puglisi, CCRMC
O'Brien-Kreitzberg Inc. (via CAO)
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adapted this Order of May 16,2000 by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA DESAULNIER, CANCIAMILLA AND GERBER
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
RESOLUTION NO. 2000/ 42
SUBJECT: Approving Plans and Specifications for Martinez Health Center, 2500
Alhambra Avenue, Martinez, California
Budget Line Item No. 6971-4609
Authorization No. 0927-WH609B
WHEREAS plans and specifications for the Martinez Health Center, 2500
Alhambra Avenue, Martinez, have been filed with the Clerk of the Board this day by the
Office of the County Administrator;and
WHEREAS pians and specifications were prepared by Anshen + Allen
Architects, San Francisco; and
WHEREAS the Architect's cost estimate for the initial construction contract is
$14,481,411 and
WHEREAS the Board has obtained the general prevailing rates of wages, which
shall be the minimum rates paid on this project; and
WHEREAS the Board hereby finds that the project is a California.Environmental
Quality Act (CEQA) Class le Categorical Exemption, and directs the Director of
Community Development to file a Notice of Exemption with the County Clerk;
IT IS BY THE BOARD RESOLVED that said plans and specifications are
hereby APPROVED. Bids for this work will be received on June 29, 2000 at 2;00 p.m.,
and the Clerk of this Board is directed to publish a Notice to Contractors in accordance
with Section 22037 of the Public Contract Code, inviting bids for said work, said Notice
to be published in the Contra Costa Times. The County Administrator, or his designee, is
directed to mail notices to the construction trade journals specified in Section 22036 of
the Public Contract Code at least 30 days before the date of opening the bids; and
IT IS FURTHER RESOLVED that the County Administrator, or his designee,
is AUTHORIZED to issue bid Addenda, as needed, for clarification of the contract bid
documents, provided the involved changes do not significantly increase the cost estimate
for the initial construction contract.
Orig. Dept: CAO (L. Lockwood,335-1093)
cc: CAO
CCRMC (F. Puglisi)
General Services Accounting
General Services-Architectural Div (G. Bender)
Auditor-Controller
O'Brien Kreitzberg via CAO
Community Development
RESOLUTION NO. : 2000/242
Page lof 1
C,twissdt>aml3'$M3'tR.teoiut.doa
TO: BOARD OF SUPERVISORS
FROM: Dennis M. Barry, AICD
Community Development Director
DATE: May 16, 2000
SUBJECT: REQUEST TO CARRY FORWARD COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS
SPECIFIC REQUEST(S) OR RECOMMENDATIONS(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
APPROVE the carryover of $181,418 in unexpended FY 96/97,97/98, and 98/99 CDBG administrative
funds to the FY 1999/00 administrative fund account.
FISCAL IMPACT
No General Fund impact. CDBG funds are provided to the County annually through the U.S.
Department of Housing and Urban Development
BACKGROUND/REASONS FOR RECOMMENDATIONS
The request to carry forward prior year administrative funds is necessary in order to consolidate funds
to cover general administrative cost associated with the CDBG program, and sp ific y consultant
costs for preparation of the FY 2000/2001-2004/2005 Consolidate Plan and ojh6r Rant services.
CONTINUED ON ATTACHMENT: YES SIGNATUR •
ECOMMENDATION OF COUNTY ADMINISTRATOR RECOM NDATION OF OARD
COMMITTEE tPPROVE OTHER
i
SIGNATURE(S)•
ACTION
OF BOARD ON A, APPROVED AS RECOMMENDEDHEf ~
VOTE OF SUPERVISORS
1 HEREBY CERTIFY THAT THIS IS A
UNANIMOUS (ABSENT warn &, ) TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
Source: Belinda Smith
335-1260
ATTESTED �-
Orig. Dept. Community Development PHIL BATCHEL , CLEAK OF
cc: County Administrator THE BOARD OF SUPERVISORS
AND COUNTY ADMINISTRATOR
BY , DEPUTY
File: 250-98421B.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on May 16,2000 by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMILLA AND GERBER
.NOES: NONE
ABSENT NONE
SUBJECT: Award of Contract for
Parking Lot Expansion at 30 Glacier Drive,Martinez
for Sheriff-Coroner
Budget Line Item No.4407-4354
Authorization No. 0928-WH354H
Bi ToW Amo Bond Arno=
Taber Construction Co. $221,600.00 Payment: $221,600.00
4861 Sunrise Dr., Ste. 107 (including Performance: $221,600.00
Martinez, California 94553 $214,000.00 Base
Bid and$7,600.00
Add. Alt.No. 1)
Batch Services, Inc.
Stockton, California
P. J. Atkinson Construction
Walnut Creek, California
BCN Company, Inc.
Martinez,California
Pacific Coast Reconstruction
and Building,Inc.
Concord, California
CJE Construction,Inc.
Walnut Creek, California
North Bay Construction,Inc.
Petaluma, California
The above-captioned project and the plans and specifications therefor having been
previously approved, and bids having been duly invited and received by the Director of General
Services on April 6, 2000; and
The Director of General Services having determined that the lowest monetary bidder Batch
Services, Inc. ("Batch"') submitted a bid which was non-responsive in that Batch does not possess the
proper license classification specified for this project, and the Director of General Services
recommending rejection of said bid; and
The bidder listed first above, Taber Construction Co. ("Taber"), having submitted the
lowest responsive and responsible bid; and
The Director of General Services recommending that the bid listed first above,Taber,is the
lowest responsive and responsible bid, and this Board concurring and so finding,
HA199512509842\8L042162b.doc Page 1 of 2
Sktb
PARKING LOT EXPANSION AT 250-9842/B.4.4
30 GLACIER DRIVE,MARTINEZ, May 16, 2000
FOR SHERIFF-CORONER
NOW,THEREFORE,the Board determines,rejects and orders as follows:
The Board DETERMINES that the bid submitted by the lowest monetary bidder,Batch,
is non-responsive and REJECTS said bid on those grounds, and ORDERS that Batch's bid bond be
exonerated, and
The Board FURTHER ORDERS that the contract for the furnishing of labor and materials
for said work is awarded to Taber at the listed amount and at the prices submitted in said bid, and that
said contractor shall present two good and sufficient surety bonds as indicated above, and that the
General Services Department shall prepare the contract therefor; and
The Board FURTHER ORDERS that after the contractor has signed the contract and
returned it,together with the bonds as noted above and any required certificates of insurance or other
required documents, and after the Director of General Services has reviewed and found them to be
sufficient,the Director of General Services is authorized to sign the contract for this Board; and
The Board FURTHER ORDERS that in accordance with the project specifications and/or
upon signature of the contract by the Director of General Services, any bid bonds posted by the bidders
are to be exonerated and any checks or cash submitted for security shall be returned; and
The Board FURTHER ORDERS that the Director of General Services is authorized to
sign any escrow agreements prepared for this project to permit the substitution of securities for moneys
withheld by the County to ensure performance under the contract, pursuant to Section 22300 of the
Public Contract Code; and
The Board DECLARES that should the award of the contract to Taber 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 reawarding 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).
Orig.Dept.- General Services Rept. -Architectural Division
cc: General Services Department
Architectural Division
G.S. Accounting
File: 250-9842/A.5
County Counsel
Contract Compliance Officer(Via Arch. Div.)
Sheriff-Coroner(Via Arch. Div.)
Batch Services,Inc. (Via Arch. Div.)
Taber Construction Co. (Via Arch. Div.)
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: MAY 16 X00
PHIL BATCHELOR, Clerk of the Board
of Sup rvisors and County Administrator
By y--
Deputy
H:\1998\2509842\8LAA2162b.doc Page 2 of t
SJ:tb
GENERAL SERVICES DEPARTMENT
v. Architectural Division
1220 Morello Avenue, Suite 100
Martinez,California 94553-4711
(925)313-7200 FAX (925)313-7299
File: 250-98428.4.4
Date: May 2, 2000
TO: Board of Supervisors
FROM: Barton J. Gilbert,Director of General Services
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date May 16, 2000;
Authorization No. WH354H
Bids for Parking Lot Expansion at 30 Glacier Drive, Martinez for Sheriff-Coroner were received
and opened at the County Architectural Division Offices on Thursday,April 6, 2000.
Batch Services, Inc., of Stockton, who submitted the low monetary bid of $171,000.00
(including $163,000.00 Base Bid and $8,000.00 Additive Alternate No. 1) does not possess the
proper license classification specified for this project. For this reason, it is recommended that
their bid be rejected as non-responsive and that their bid bond be exonerated.
It is recommended that the Board of Supervisor award the construction contract to the lowest
responsive and responsible bidder, Taber Construction Co. of Martinez, in the amount of
$221,600.00, which includes $214,000 Base Bidand$7,600.00 Additive Alternate No. 1.
The consulting architect's estimate was $154,000.00 (Base Bid only).
Other bids received were as follows:
Additive
It No, 1 Total
1. P. J. Atkinson Construction $218,000.00 $ 7,000.00 $225,000.00
Walnut Creek, California
2. BCN Company, Inc $22C,000.00 $12,000.00 $232,000.00
Hayward, California
3. Pacific Coast Reconstruction
and Building, Inc. $227,000.00 $ 4,700.00 $231,700.00
Concord, California
4. CJE Construction, Inc. $252,000.00 $ 6,000.00 $258,000.00
Walnut Creek, California
5. North Bay Construction, Inc. $276,414.00 $12,350.00 $288,764.00
Petaluma, California
SJAb
cc: County Administrator's Office Clerk of the Board(w/bids)
County Counsel Contract Compliance Officer
HA1998\250984218L042163rn.doc