To: Board of Supervisors
From: Executive Office
Meeting Date: May 16, 2017
|
Department Contact: |
Doug Anderson |
Phone: |
234-6054 |
|
Department Contact: |
Steve Dunnicliff |
Phone: |
463-4441 |
|
Item Type: Consent Agenda |
|
Time Allocated for Item: N/A |
Agenda Title:
title
Adoption of Resolution Awarding Contract to Dan George Roofing and Approval of Agreement in the Amount of $102,000 for Roof Repairs and Roof Coating of Building Number 32 at 841 Low Gap Road in Ukiah for the term of February 17, 2017 through October 30, 2017; and Authorization for the Facilities and Fleet Division Manager to Act as Project Manager and Approve Change Orders for the Project, Pursuant to Public Contract Code Section 20142
End
Recommended Action/Motion:
recommendation
Adopt Resolution awarding contract to Dan George Roofing and approve Agreement in the amount of $102,000 for roof repairs and roof coating of Building Number 32 at 841 Low Gap Road in Ukiah for the term of February 17, 2017 through October 20, 2017; authorize the Facilities and Fleet Division Manager to act as Project Manager and approve change orders for the project, pursuant to Public Contract Code Section 20142; and authorize Chair to sign same.
End
Previous Board/Board Committee Actions:
Approval of Agreement BOS 16-100 with Ukiah Construction on December 20, 2016 in the Amount of $181,750 to Complete the Health and Human Services (HHSA) Training Center Tenant Improvement Project at the Same Location.
Summary of Request:
Building 32 at 841 Low Gap Road is the former GSA Building, constructed as a metal building in 1986. The metal roof is leaking in numerous locations as it reaches the end of its useful life. The scheduled roof repair coincides with the recent remodel of the building as the new HHSA Training Center, which is complete and will open on June 1st. The job cost estimate for the base bid was $45,000, based on historical costs for such work; this historical basis did not anticipate a current labor shortage in the state roofing industry. The only responsive bid was in the amount of $95,550 for the base bid, with an alternate bid in the amount of $102,000 not including materials provided under a separate Purchase Order. The separate cost of materials for the alternate bid is $74,893, for a total estimated project cost of $176,893. The alternate bid was selected as it has a 15 year warranty and provides the County a much longer service life. Under the informal bidding procedures as set forth in MCC Section 2.33 via Public Contract Code section 22034, award of a contract to a bidder, where total project costs including labor and material is between $175,000 and $187,500, may be approved as an exception by a Resolution of the Board. The Board of Supervisors may adopt the Resolution with a four-fifths vote, and award to the lowest responsible bidder, if it determines that the cost estimate of the public agency was reasonable. In addition to the cost estimate being reasonable based on historical experience, a survey of the other contractors who expressed interest in the project confirmed that the pricing for the work involved is reasonable and in line with pricing competitors would have submitted had they not been over-extended this construction season.
Alternative Action/Motion:
Reject all bids and rebid the project. This option includes risk that interior improvements may be subject to water damage if the new bid process doesn’t result in work completed this construction season. Other repair options include removing and replacing panels at a cost estimated to approach $500,000.
Supplemental Information Available Online at: N/A
Fiscal Impact:
|
Source of Funding: BU 1710 |
Budgeted in Current F/Y: Yes |
|
|
Current F/Y Cost: $176,893 |
Annual Recurring Cost: None |
|
|
|
|
|
|
Supervisorial District: District 2 |
Vote Requirement: 4/5's |
|
Agreement/Resolution/Ordinance Approved by County Counsel: Yes
|
CEO Liaison: Alan D. Flora, Assistant CEO |
|
|
|
CEO Review: Yes |
|
|
Comments: