Loading...
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