To: Board of Supervisors
From: Executive Office
Meeting Date: February 27, 2018
Department Contact: |
Steve Dunnicliff |
Phone: |
463-4441 |
Department Contact: |
Doug Anderson |
Phone: |
234-6054 |
Item Type: Consent Agenda |
|
Time Allocated for Item: N/A |
Agenda Title:
title
Approval of Letter Rejecting All Bids Received for the Administration Center Roof and HVAC Replacement Project - South Wing (Bid Number 81-18) and Direction to Staff to Rebid the Project in Two or More Phases
End
Recommended Action/Motion:
recommendation
Approve letter rejecting all bids for the Administration Center roof and HVAC replacement project- South wing (bid number 81-18); authorize Chair to sign same; and direct staff to rebid the project in two or more phases.
End
Previous Board/Board Committee Actions:
Previous approval of Agreement BOS 16-001 with subsequent amendments for design of the Administration Center roof replacement project (Interactive Resources). The approved 2017-2018 Capital Improvement budget included CI 780 Administration Center Roof Replacement Project Southeast.
Summary of Request:
The Budget and updated outside cost estimates for the Administration Center Roof and HVAC Replacement Project - South Wing projected bids between $2,500,000 and $3,000,000 for the project. On December 12, 2017 bids were received for BID 81-18 with results as follows:
Matrix HG, Inc. $4,332,138
Southwest Construction, Inc. $4,646,939
CWS Construction Group $6,000,000
Southwest Construction submitted a letter of protest against the low bid. Staff review found the protest to be without merit, but the Board would be required to make such a finding to award to the low bidder. Based on the bids received, there is a funding gap of approximately $1.5 million to complete the entire project. It is recommended that the project be put back out to bid for completion in two or more phases so the County is able to continue budgeting for completion of this priority project and replacing sections of the roof as funding allows. It is anticipated the first reduced phase would be put out to bid in fall 2018.
Alternative Action/Motion:
Provide direction to staff, including potential direction to secure alternate funding to award the project, make the necessary findings regarding the bid protest, and award the project to Matrix HG, Inc. in the amount of $4,332,138.
Supplemental Information Available Online at: N/A
Fiscal Impact:
Source of Funding: 1710 Capital Improvement Fund |
Budgeted in Current F/Y: Yes |
|
Current F/Y Cost: $10,000 (redesign for phases) |
Annual Recurring Cost: N/A |
|
|
|
|
Supervisorial District: District 2 |
Vote Requirement: Majority |
|
Agreement/Resolution/Ordinance Approved by County Counsel: N/A
CEO Liaison: Janelle Rau, Deputy CEO |
|
|
CEO Review: Yes |
|
|
CEO Comments:
FOR COB USE ONLY
Executed By: Willetta Callaghan |
Final Status: Continued |
Date: February 27, 2018 |
Executed Item No.: Item Number: |
Note to Department: |
|
Executed Documents Returned to Department: Originals _____ Copies _____ Hand Delivered ___ Interoffice Mail ___ Executed Agreement Sent to Auditor? Y/N |
|