File #: 13-1411    Version:
Type: Agenda Item Status: Approved
File created: 11/1/2013 In control: Board of Supervisors
On agenda: 12/17/2013 Final action: 11/12/2013
Title: Chief Administrative Office, Procurement and Contracts Division, recommending the following pertaining to the Community Corrections Center Project, Bid 14-968-031, Contract No. 377-C1499: 1) Award the Construction Contract to D.G. Granade, Inc. the lowest responsive, responsible bidder; 2) Authorize the Chair to sign the Public Works Contract No. 377-C1499 in the amount of $269,619, subject to review and approval of the final Contracts Documents by County Counsel and Risk Management; and 3) Authorize the Purchasing Agent to sign an Escrow Agreement, if requested by the Contractor and in accordance with Public Contract Code Section 22300, for the purpose of holding Contract retention funds. (Refer 11/12/13, Item 6) FUNDING: Funding AB109.
Attachments: 1. A - Approved Blue Route for Bid 14-968-031 11/12/13, 2. B - Formal Bid 14-968-031 11/12/13, 3. C - Complete Spec and Plans 11/12/13, 4. Fully executed notice ot bidders.pdf, 5. Executed Agreement BOS 1-7-14.pdf
Related files: 23-2214
Title
Chief Administrative Office, Procurement and Contracts Division, recommending the following pertaining to the Community Corrections Center Project, Bid 14-968-031, Contract No. 377-C1499:
1) Award the Construction Contract to D.G. Granade, Inc. the lowest responsive, responsible bidder;
2) Authorize the Chair to sign the Public Works Contract No. 377-C1499 in the amount of $269,619, subject to review and approval of the final Contracts Documents by County Counsel and Risk Management; and
3) Authorize the Purchasing Agent to sign an Escrow Agreement, if requested by the Contractor and in accordance with Public Contract Code Section 22300, for the purpose of holding Contract retention funds.  (Refer 11/12/13, Item 6)
 
FUNDING:  Funding AB109.
Body
BUDGET SUMMARY:
 
Total Estimated Cost……………
$269,619
 
 
Budget - Current FY……………
$200,000
Budget - Future FY………………
 
 
 
New Funding…………………….
 
Savings…………………………
 
Other……………………………
$  69,619
Total Funding Available…………
$269,619
 
 
Change To Net County Cost……
$0
 
Fiscal Impact/Change to Net County Cost
The AB 109 funding is available ($200,000), with the remaining $69,619 being paid by Lessor in accordance with the terms of Lease Agreement No. 611-L1311 (File No. 13-0847).
 
Background
On November 12, 2013 the Board adopted and approved the Plans and Specifications and authorized advertisement for Public Works bids for the Community Corrections Center.
 
On July 31, 2012, the Community Corrections Partnership (CCP) presented to the Board (File Number 12-0843, Version 1) the Public Safety Realignment Implementation Plan for Fiscal Year 2012-13 for review and acceptance.  Contained within this plan is lease funding, under the direction of the Chief Probation Officer, for space dedicated as a Community Corrections Center (CCC), a multi-agency adult intake, assessment, treatment, education and alternative supervision center.
 
On February 25, 2013, the CCP presented to the Board a mid-year revision to the Public Safety Realignment Implementation Plan Budget for Fiscal Year 2012-13 (File Number 12-0843, Version 2) which includes AB 109 one-time funding for tenant improvements not to exceed $200,000 for the CCC.  Subsequent to this approval, the Probation Department, in concurrence with County Counsel, Risk Management and CAO Facilities, brought to the Board for approval Lease Agreement No. 611-L1311 (File No. 13-0847).  As identified in the lease, Area 2, approximately 4,124 square feet of new lease space located at 3974 Durock Road, Suites 201-204, Shingle Springs, to be occupied by the CCC.  The Probation Department, along with CAO Facilities and partner agencies have been working on tenant improvement plans to make the space feasible to conduct multi-agency services for the adult offender population.
 
On November 12, 2013 the Board adopted and approved the Plans and Specifications and authorized advertisement for construction bids for the Project.  Procurement and Contracts advertised the bid on November 15, 2013 with an opening date of December 6, 2013.
 
Reason for Recommendation
Award and Sign Construction Contract with Lowest Responsive, Responsible Bidder:
Eleven bids were received. D.G. Granade, Inc. was determined to be the lowest responsive, responsible bidder.
 
Authorize Purchasing Agent to Sign Escrow Agreement:
Pursuant to the Conditions of the Contract, section 6.4, "Withholding from Payments," of the Contract Documents, the County will retain five percent (5%) of the value of work done from each Contractor payment (excluding mobilization payments) as security for the fulfillment of the Contract. Alternatively, Public Contract Code (PCC) Section 22300 provides that the Contractor may request that payment of retentions earned be made directly to an Escrow Agent. The Contractor will receive the interest earned on the investment.
 
In accordance with these provisions, the Contractor may request in writing that the County make payment of retention funds directly into an escrow account, which would necessitate an Escrow Agreement. To help expedite this process if requested by the Contractor, the Department requests that the Board authorize the Purchasing Agent to execute the Escrow Agreement. Upon satisfactory completion of portions of the Contract and upon written notification from the Purchasing Agent, the Contractor will receive incremental releases from the Escrow Agent of retention paid into the account and any interest earned thereon. A portion of the retention and interest will be retained in the escrow account until thirty-five (35) days after the recordation of the Notice of Acceptance of the Contract at which time these funds will be released to the Contractor.
 
Action(s) to be taken following Board approval
1. Upon approval by County Counsel and Risk Management, the Department will forward the Construction Contract, together with the required bonds and insurance, and the approved Contract Routing Sheet to the Clerk of the Board for the Chair's signature.
2. The Clerk of the Board will forward the fully executed Construction Contract to the Department for further processing.
 
Contact
Chief Administrative Office - Facilities Division
Brent Collins, 5593