HomeMy WebLinkAboutMINUTES - 05202003 - C75-C76 TO: BOARD OF SUPERVISORS
FROM: William Walker, M.D. , Health Services Director '�` f Contra
By Ginger Marieiro, Contracts Administrator
Costa
DATE: May 7, 2003 County
SUBJECT:
Approval of Cancellation Agreement #26-888-14 and Contract
#26-888-15 with Contra Costa Cardiology Medical Group
SPECIFIC REQUEST($)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECO-bOtMED ACTION:
Approve and authorize the Health Services Director, or his designee Jeff
Smith, M.D. , to execute on behalf of the County as follows:
1 . Cancellation Agreement #26-888-14 with Contra Costa Cardiology Medical
Group, a Partnership, effective on the close of business on May 31,
2003; and
2 . Contract ##26-888-15 with Contra Costa Cardiology Medical Group,
(specialty: Cardiology services) , for the period from Jane 1, 2003
through June 30, 2004, in an amount not to exceed. $55, 000, for the
provision of professional. Cardiology services for patients at Contra
Costa Regional. Medical Center.
FISCAL; SMP.ACT:
Cost to the 'County depends upon utilization. As appropriate, patients and/or
third party payors will be billed for services
BACKORO R ASt7 FO& REgQ Nf3AT1ON S :
In November 2301, the County Administrator approved and the Purchasing
Services Manager executed Contract #2,6-888-13 (as amended by Contract
Amendment Agreement ##26-888-13) with Contra Costa Cardiology Medical, Group,
for the period from July 1, 2001 through June 30, 2004, to provide
professional Cardiology services, including, but not limited to,
consultation, training, and surgical procedures for Contra Costa Regional
Medical and Contra Costa Health Centers.
Due to an increasein the number of clinic and on-call coverage services
being provided by the Contractor, the Department and the Contractor have
mutually agreed to renegotiate the Contract Payment Provisions and the term,
to reflect the intent of the parties, which will allow the Contractor to be
paid a monthly rate instead of an hourly rate . "Therefore, in accordance with
Paragraph 3 . (Term) of the Contract, the Department and Contractor have
agreed to a mutual cancellation of Contract ##26-888-13 . Approval of
Cancellation Agreement 26-888-14 will accomplish this termination.
Under Contract #26- 888-15, Contractor will provide professional Cardiology
services, including, clinic coverage, consultation, and on-call_ coverage
services, through June 30, 2004 .
NT':
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
----APPROVE OTHER
SIG AT
ACTION OF BOARD Wit) APPROVER AS RECOMMENDER OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS (ABSEIL T—-l-�—) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERER ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
n
ATTESTED � fr ti
JOHN SWtETEN, ERK OF THE BOARD OF
SUPERVISORS AN COUNTY ADMINISTRATOR
Contact Person: Je6f S i h D. (370-5113)
CC: Health Services ept. Ionntra'cts s
Auditor-Controller
Risk Management BY I . ; �-_' DEPUTY
Contractor
GENERAL SERVICES DEPARTMENT
Capital Projects Management Division
1220 Morello Avenue,Suite 140
Martinez,California 94553-4711
(925) 313-72001 FAX (925) 313-7299
File: 135-99031B.4.4
Authorization No. 'WH368B
TO: Board of Supervisors 4*ahaa�_
FROM: Barton J. Gilbert,Director of General Services
DATE: May 13, 2003
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for REMODEL AND OFFICE LANDSCAPE PARTITION MODIFICATIONS AT
1305 MACDONALD AVENUE, RICHMOND FOR THE EMPLOYMENT AND HUMAN
SERVICES DEPARTMENT were received and opened at the County Capital Projects
Management Division Office on February 13,2003.
Stevelle Construction of Emeryville, who submitted the lowest monetary bid of $1,979,000,
withdrew their bid. For this reason it is recommended that Stevelle Construction's bid be
rejected as non-responsive and that their bid bond be exonerated.
Tinney Construction Corporation of Redwood City, who submitted the second lowest monetary
bid of $2,122,757, withdrew their bid. For this reason, it is recommended that Tinney
Construction's bid be rejected as non-responsive and that their bid bond be exonerated.
It is recommended that the Board of Supervisors award the construction contract to the third
lowest responsive and responsible bidder, Taber Construction Company ("Taber") located at
4776 Pacheco Boulevard, Martinez, who has documented an adequate good faith effort to
comply with the requirements of the County's Outreach Program, and award the construction
contract to Taber in the amount of$2,176,000.
The architect's construction cost estimate for the project was estimate was $2,500,000.
HAI 999\135940319100367M.DOC
Board of Supervisors File: 135-9903/B.4.4
Contract Award Recommendation May, 13, 2003
Page 2 of 2
Other bids received:
Base Bid
1. Stevelle Construction Company $1,979,000
Emeryville
2. Tinney Construction Corporation $2,122,757
Redwood City
3. Alten Construction $2,180,000
San Rafael
4. Charles O .Tones Co., Inc. $2,200.000
San Rafael
S. Albay Construction Company $2,269,000
Martinez
6. C3E Construction, Inc. $2,376,000
Concord
7. N.V. Heathom, Inc. $2,417,309
San Leandro
8. Vila Construction Company $2,432,000
Richmond
9. Svala Construction, Inc. $2,534,000
Emeryville
10. Rock Construction $2,537,000
Stockton
The Contract Compliance Officer has submitted the lowest responsive and responsible bidder's
documentation of good faith effort to comply with the requirements of the County's Outreach
Program to the Board for consideration.
County Counsel has reviewed the Project Labor Agreement between Taber and the Contra Costa
County Building and. Construction Trades Council for compliance with the requirements of the
County's Project Labor Agreement policy.
Wamc
cc w/attach.; County Administrator's Office Clerk of the Board(w/bids)
County Counsel Contract Compliance Officer
t;rRT IFIED COPY
`,11, xnd correct copy of thu 6441 and docs meat which
,AIST JOHN SWEETEN Ctork of the board of
Jaz r ra z,F. `nauz;{}.:t3„arf eosror b Dep taty Ciark.
y
HAI 999\1359903\9100367KDOC ,)
File: 135-99038.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order of May 13,2003,by the following vote:
AYES: SI7F'IIMSOR UIIM%, aMM & DeS,4iTI am
NOES: NW
ABSENT: SUPEWISOR GIOIA
ABSTAIN: NONE
DISMICT III IS VACANT
SUBJECT: Award of Contract for the Remodel and Office
Landscape Modifications at 1305 Macdonald Avenue,
Richmond for the Employment and Human Services Department
Budget Line Item No. 4423-4368
Authorization No. 0928-WH368B
Bidder Total Amount Band Amounts
Taber Construction $2,176,044 Payment: $2,176,400
4776 Pacheco Blvd. Performance: $2,176,000
Martinez
Stevelle Construction Co. $1,979,004
Emeryville
Tinney Construction $2,122,757
Redwood City
A1ten Construction $2,184,000
San Rafael
Charles O. Jones Co., Inc. $2,200,000
San Rafael
Albay Construction Company $2,269,000
Martinez
CJE Construction, Inc. $2,376,440
Concord
N.V. Heathorn, Inc. $2,417,309
San Leandro
Vila Construction Company $2,432,004
Richmond
Svala Construction, Inc. $2,534,004
Emeryville
Roek Construction $2,537,000
Stockton
The above referenced project and the plans and specifications therefore having been
previously approved, Addendum No. 1 having been issued and approved, and bids having been duly
invited and received by the Director of General Services on February 13,2443; and
H:\1999\1359903\9100368B.DOC
1 of 3
...............................................................................
Award of Contract for the 135-9903/B.4.4
REMODEL AND OFFICE LANDSCAPE May 13, 2003
MODIFICATIONS AT 1305 MACDONALD
AVENUE, RICHMOND FOR THE EMPLOYMENT
AND HUMAN SERVICES DEPARTMENT
The lowest monetary bidder, Stevelle Construction Company, withdrew their bid, and the
Director of General Services recommending rejection of said bid; and
The second lowest monetary bidder, Tinney Construction, Inc., withdrew their bid, and the
Director of General Services recommending rejection of said bid; and
The bidder listed first above, Taber Construction Company C'Taber"), having submitted the
lowest responsive and responsible bid,which is$197,000 more than the lowest monetary bid; and
The Contract Compliance Officer having reported that Taber has documented an adequate
good faith effort to comply with the requirements of the County's Outreach Program; and
The Director of General Services recommending that the bid submitted by Taber is the
lowest responsive and responsible bid, and this Board concurring and so finding.
NOW,THEREFORE,the Board finds, determines and orders as follows:
The Board DETERMINES that the bids submitted by the lowest monetary bidder Stevelle
Construction Company, and the second lowest monetary bidder, Tinney Construction, Inc., were
withdrawn, REJECTS said bids, on those grounds, and ORDERS that the corresponding bid bonds be
exonerated; and
The Board DETERMINES that, Taber as the lowest responsive and responsible bidder, has
demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply
with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in
such compliance; and
The Board FURTHER DETERMINES that, Taber as the lowest responsive and
responsible bidder, will enter 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 as a condition precedent of contract award; and
The Board, therefore, 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 sufficient payment and performance surety bonds as indicated above, and
that the Director of General Services,or designee, 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 the Director of General Services, or designee, has reviewed and found them to
be sufficient, the Director of General Services, or designee, 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, or designee, 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, or designee, is
authorized to sign any escrow agreements prepared for this project to permit the direct payment of
retention into escrow or 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 pursuant to
Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code
Sections 4107 and 4110 to the Director of General Services, or designee; and
HAI 999\1 35990319100368B.DOC,
2 of 3
..........................................................
Award of Contract for the 135-9903/B.4.4
REMODEL ANIS OFFICE LANDSCAPE May 13, 2003
MODIFICATIONS AT 1305 MACDONALD
AVENUE, RICHMOND FOR.THE EMPLOYMENT
AND HUMAN SERVICES DEPARTMENT
The Beard 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 in accordance with
Public Contract Code Sections 5100-5107.
Orig. Dept. General Services Dept. - Capital Projects Management Division
cc: General Services Department
Capital Projects Management Division
Accounting
CPM File: 135-9903/A.5
County Administrator's Office
County Counsel
Contract Compliance Officer(via CPM)
Auditor-Controller
Taber Construction(via CPM)
Surety(via CPM)
Consultant(via CPM)
JA:amc
F oerti y that WEa is acopy
fnii>CER'.t"i�'W
"O"d aorroetsc+py of the ari$inai dccnrnant which
la as i'tid 10 MY*Mft ATTEST JOHN SWEETEN Cleric of tho board of
Su aE16ratOr Y DOButY ClerL
H:\1 999\1359903\9100368B.DOC
3 of 3