HomeMy WebLinkAboutMINUTES - 09262006 - C.61 .. s----L•:o
TO: BOARD OF SUPERVISORS CONTRA
FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES ot. COSTA
DATE: SEPTEMBER 26, 2006coo--- COUNTY
S>a ns{
SUBJECT:AWARD OF CONSTRUCTION CONTRACT FOR THE NEW DISTRICT
ATTORNEY OFFICE BUILDING PROJECT AT 950 WARD STREET,
MARTINEZ (WH224Y)
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS:
1. AWARD and AUTHORIZE the General Services Director, or designee, to execute a contract in
the amount of $20,136,000 with Lathrop Construction Associates, Inc. ("Lathrop"), Benicia, the
lowest responsive and responsible bidder for the New District Attorney Office Building project at
950 Ward Street, Martinez, and OVERRULE the bid protest filed by Taber Construction, Inc.
2. DETERMINE that Lathrop, as the lowest responsive and responsible bidder, has documented an
adequate good faith effort to comply with the specifications and requirements of the County's
Outreach Program, and WAIVE any irregularities in such compliance.
3. FURTHER DETERMINE that Lathrop, as the lowest responsive and responsible bidder, has
entered 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.
4. AUTHORIZE the General Services Director, or designee, to exonerate any bid bonds posted by
the bidders and return any checks or cash submitted for security, after execution of the contract.
5. AUTHORIZE the General Services Director, or designee, to sign any escrow agreements
prepared for this project to permit the direct payment of retentions into escrow or the substitution
of securities for moneys withheld by the County to ensure performance under the contract,
pursuant to Public Contract Code Section 22300.
6. ORDER that the Director of General Services, or designee, is authorized to execute any changes
to the contract pursuant to Section 20142 of the Public Contract Code.
7. DELEGATE, pursuant to Public Contract Code Section 4114, the Board's functions under Public
Contract Code Sections 4107 and 4110, with regards to subletting and subcontracting, to the
General Services Director, or designee.
CONTINUED ON ATTACHMENT: X YES SIGNATU 0/11--,711
✓F2ECOMMENDATION OF COUNTY ADMINISTRATOR RECO MMENDATION OF BOARD MITTEE
-"APPROVE OTHER
r
SIGNATURE(S):
ACTION OF BOA APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
UNANIMOUS(ABSENT )
AYES: NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT:MICHAEL J.LANGO(313-7100)
Originating Dept.:General Services Department
cc: General Services Department I HEREBY CERTIFY THAT THIS ISA TRUE
AND CORRECT COPY OF N ACTION TAKEN
Capital Projects Management Division AND ENTERED ON THE MIU ES OF THE BOARD
Accounting OF SUPERVISOflS ON THEtATESHOWN.
CPM File: 250-0512/C.1.1
250-0512/A.5 ATTESTED
County Administrator's Office J N VLLEN.CLERK OF THE BOARD O SUPERVISORS
County Counsel A COUNTY ADMINISTRATOR
Auditor Controller
Lathrop Construction Associates,Inc.(via CPM) BY �— DEPUTY
Taber Construction, Inc.(via CPM)
H:\2005\2500512\05L012126brev.doc SJ:tb Page 1 of 3 M382(10/88)
AWARD OF CONTRACT FOR THE NEW DISTRICT September 26, 2006
ATTORNEY OFFICE BUILDING AT 950 WARD STREET,
MARTINEZ
8. DECLARE that, should the award of the contract to Lathrop 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 re-awarding 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.
FINANCIAL IMPACT
The estimated total cost for the proposed District Attorney's ("DA") Office Building is $26.9 million.
Funding for the project would come from a combination of existing capital projects funds totaling $9.2
million, new revenue sources totaling $2.5 million, and a secured loan in the amount of $15.2 million.
The existing capital projects funds include $4.8 million in Criminal Justice Construction Funds that are
restricted for use on criminal justice facilities projects. The financing plan is summarized in the chart
below.
Project Financin Plan
in millions of dollars
Existing Capital Funds:
Current Budgeted Appropriations $4.4
Criminal Justice Construction Funds 4.8
Sub Total $9.2
Revenue:
Excess Proposition 172 funds 1.0
Unclaimed Real Estate Fraud funds 1.5
Sub Total $2.5
Future Bond Proceeds*: 15.2
$15.2
Total $26.9
*See debt service financing plan below.
The $15.2 million in future bond proceeds recommended to finance this project would result in an
annual debt service obligation to the County of approximately $1.22 million. This annual debt service
cost would be paid from the following revenue streams:
$600,000 in annual Criminal Justice Facility Construction Funds, restricted for
expenses associated with construction of criminal justice facilities;
$395,000 in annual operating savings to the District Attorney's budget resulting
from consolidation of four offices into one centralized location and other
operational efficiencies; and
$225,000 to $375,000 in annual occupancy cost savings that the County would
realize upon vacating several leased and/or debt financed facilities currently
occupied by the District Attorney.
The range of occupancy cost savings, and resulting cost to the DA's budget if savings are not
realized, depends on the County's ability to find replacement tenants for the DA's current office
spaces. Should the County be unsuccessful in finding a replacement tenant for all locations, the
District Attorney's Office will absorb the incremental annual cost within its operating budget. The
CAO has confirmed that the DA's budget can support this incremental added cost, if necessary.
BACKGROUND
The project plans and specifications were previously filed with and approved by the Board of
Supervisors, and bids were duly invited from a pool of six pre-qualified general contractors. Three
bids were received and opened by the County Capital Projects Management Division on August 31,
2006, and the bid results are as follows:
H:\2005\2500512\05L012126brev.doc Page 2 of 3 M382(10/88)
AWARD OF CONTRACT FOR THE NEW DISTRICT September 26, 2006
ATTORNEY OFFICE BUILDING AT 950 WARD STREET,
MARTINEZ
AME OF BIDDER BASE BID ALT NO. 1 ALT NO. 2 ALT NO. 3 ALT NO. 4 ALT NO. 5 ALT NO. 6
1 Lathrop Construction
Associates, Inc. $19,897,000.00 23,000.00 (36,000.00) 208,000.00 154,000.00 141,000.00 121,000.00
001 Park Road
Benicia, CA 94510
2 Taber Construction,
Inc. $20,314,000.00 30,000.00 (39,000.00) 200,000.00 160,000.00 167,000.00 125,000.00
P.O. Box 1309
Martinez, CA 94553
3 S.J. Amoroso
Construction Co., Inc.
390 Bridge Parkway $20,437,000.00 11,000.00 (30,000.00) 230,000.00 140,000.00 121,000.00 290,000.00
Redwood Shores, CA
94065
Per the bid documents, the County announced the priority of the bid alternates prior to opening the
bids. Determination of the low bidder is based on the base bid plus any alternates to be awarded,
pursuant to the announced priority of the alternates. In determining the low bidder, the top three
priority alternates (alternate numbers 6, 4, and 2) were considered. Alternate numbers 2, 4, and 6
involve, respectively, using cast glass in lieu of the curtain wall system, installing the second elevator,
and using "Tubex" piles instead of the driven "H" piles. Under the above or any allowable scenario,
the low bidder is Lathrop.
The recommended contract award amount, which includes the base bid plus alternate numbers 2, 4,
and 6, is $20,136,000. The bidder listed first above, Lathrop, has submitted the lowest responsive
and responsible bid of$20,136,000, which is $424,000 less than the next lowest bid.
The second low bidder, Taber Construction Inc. ("Taber") filed a bid protest claiming that Lathrop's
and S.J. Amoroso's ("SJA") bids were non-responsive because they were submitted late. Taber's bid
protest letter, dated September 1, 2006, and follow-on letter, dated September 5, 2006, are attached
for reference. Staffs letter responses, dated September 1 and September 6, 2006, are also attached
for reference. In summary, the County disagrees with Taber's claim that Lathrop submitted a late bid.
Lathrop's bid was submitted on-time and can be attested to by County staff and the Lathrop
representative. Regarding the SJA bid, since they were the high bidder, Taber's protest of their bid is
moot. County staff finds Taber's bid protest to be without merit and recommends that the Board
overrule Taber's protest, and award the contract to the low responsive and responsible bidder,
Lathrop.
The Contract Compliance Officer has reported that Lathrop has documented an adequate good faith
effort to comply with the requirements of the County's Outreach program. The Director of General
Services therefore recommends that the contract be awarded to Lathrop.
The general prevailing rates of wages, which shall be the minimum rates paid on this project, are on
file with the Clerk of the Board, and copies are available to any party upon request.
H:\2005\2500512\05L012126brev.doc Page 3 of 3 M382(10/88)
ABER
C40NSTRUCTMN INC-
September 1, 2006
Mr. Rob Lim
Contra Costa County
Capitol Projects Management
1220 Morello Avenue Suite 100
Martinez CA 94553
Re: Contra Costa County District Attomey's"Office
Subject: Bid Protest
Dear Mr. Lim,
Proposals for the Contra Costa County District Attorney's Office were received on August 31,
2006 at 2:00 PM by Contra Costa County. Bids were required to be submitted no later than
2:00 PM; three offeror's were present at the County office where the bids were to be
submitted. Taber Construction Inc (Taber) of Martinez, California submitted its bid at 1:59:00
PM; Lathrop Construction Associates Inc (Lathrop) of Benicia, California submitted its bid at
2:00:05 PM and SJ. Amoroso Construction Co., Inc (Amoroso) of Redwood Shores,
California submitted its bid at 2:00:10 PM.
Section 10168 of the California Public Contract Code states "Whether or not bids are
opened exactly at the time fixed in the public notice for opening bids, a bid shall not be
received after that time." Both Lathrop and Amoroso failed to submit their bids within the
time fixed in the public notice for opening bids. Taber verbally notified County staff that
according to the clock identified by the County for receipt of bids that the bids offered by
Lathrop and Amoroso were submitted after the time indicated in the public notice for
opening bids and that their bids should be rejected. The County staff understood the claim
and elected to open all of the bids, citing that the actual bid results may make the late
submittal problem a moot point.
Taber believes that both Lathrop and Amoroso should be considered non-responsive. Both
Lathrop and Amoroso failed to submit their bids in accordance with the proposal
requirements. Any issuance of the contract is an illegal act by the County,the County has no
authority to accept a late bid. Taber has not had the opportunity to review other aspects of
Lathrop and Amoroso's proposals. Correspondence regarding this protest should be
directed to Taber Construction Inc,Ann Bret Taber, 2278 Pike Court Concord CA 94520.
SingTaber ret
Taber Construction Inc.
P.O. Box 1309 • Martinez,. California 94553-7309 TELEPHONE (925) 682-6133 FAX (925) 682-6122 License 855768
CONTRA .:COSTA COUNTY
General Se>vtces Department
4 -
Michael J. Lango
k
I tC 4
hCAPITAL PROJECTS MANAGEMENT Director
v,111X1220 MorellolAve ue,,,Suite 100 Terry Mann
MartiOez,yCarlrforia 94553-4711 Deputy Director
(925)313 72fT0Phbne Rob Lim, PE
(925) 313-7 6_4,•Fax Manager
September 1, 2006
Mr. Bret Taber
Taber Construction Inc.
P.O. Box 1309
Martinez, CA 94553-7309
VIA FAX 925-682-6122&U.S. MAIL
Subject: Contra Costa County District Attorney Building Project; Response to Bid Protest
Dear Mr. Taber:
In your September 1,2006 bid protest letter,you claim that Lathrop Construction Associates
("Lathrop") and S.J. Amoroso Construction Company ("SJA") submitted their bids after the
specified time of 2:00 p.m. Having carefully reviewed your letter, I respond as follows.
Regarding Lathrop's bid, the County disagrees with your claim that their bid was submitted late.
The County received Lathrop's bid before 2:00:00 p.m. This can be attested to by the County
clerk receiving the bid and by the Lathrop representative.
With regard to SJA's bid, their bid was clocked in at 2:00 p.m. by the clerk who received it.
Since the specifications do not indicate the bid time to the extent of seconds and the notation
indicates that the bid was submitted at 2:00 p.m., SJA's bid adequately complied with the
specifications and was not late. Even assuming that SJA submitted its bid a few seconds after
2:00 p.m., they were stuffing their bid in the envelope and gained no competitive advantage
during those few seconds. Moreover, since SJA's bid turned out to be the highest, your protest
against their bid would appear to be moot.
At the bid opening, you complained to the County staff present that SJA's bid was 10 seconds
late but made no complaint about Lathrop's.bid. In fact, you stated that"if both of us [referring
to Taber and Lathrop] could turn our bids in on time, why couldn't they [referring to SJA]."
Thus, you acknowledged in front of various witnesses that Lathrop's bid was turned in on time.
The statute you cite in your letter—Public Contract Code Section 10168—applies to State
agencies, not to the County. It does not support your bid protest.
Given the above facts, I find that your bid protest is without merit. At the Board meeting on
September 26, 2006 (if not September 26,then October 3, 2006), which begins at 9:30 a.m., our
? department plans to recommend that the contract be awarded to Lathrop, as the lowest
Page 2 of 2
responsible bidder, and that your bid protest be overruled. Should you disagree with that
recommendation, you may appear and address the Board at that time.
The County appreciates your interest in this project and hopes you will participate in other
bidding opportunities in the future.
Please feel free to contact me should you have any questions.
Sincerely,
/Rob Lim,P.E.
Capital Projects Division Manager
vi)
r!1'�puA•v.�.r,41'i:'.h:::�!IvTe,nN�'n]r..IrU_'!I�'/:1.1'a .+�\"ul;;''( .�:1: .
September 5,2006
YI.A FACSIMILE 925-313-7299
Mr.Rob L.isn
Contra Costa County
Capitol Projects Management
1220 Morello Avenue Suite 100
N fartinez CA 94553
Re: Contra Costa County District Anomey's Office
Subject: CCCGSD letter dated September 1,2006
Dear Mr.Ling,
We are in receipt of your letter dated September 1, 2006 regarding our Bid Protest for the Contra
Costa County District Attorney's Office. Clearly it is the intention of the County to ignore the
factual information and ptoceed in an unethical manner with the award of the contract. The
correspondence submitted bythe Countycontains several inaccuracies.
In your letter dated September 1, 2006 you clearly indicate that the bid subnutted by Amoroso was
received late. The County staff wmiessed Amoroso completing their bid after the deadline for
receipt of bids had expired; wherein you indicate "Lhcy were sniffing their bid in the envelope". In
the Notice to Bidders,it clearly indicates that bids are to'be received by 2:00 PM;a bid received after
2:00:00 PM is late and must be considered non responsive_ Yet County staff ignored the matter and
accepted Amoroso's bid.
In your letter you indicate that I personally complaivaed about the timing of the bid submittals,in fact
you include quotations of statements which I allegedly made. Your representations are totally false;I
was not present at the bid opening. Clearly the County has no clear recollection of the facts that
created this tttmwil. The only information I have presented is that which is contained in the original
bid piotest letter. A member of our staff attended the bid opening and clearly notified the County
staff of the late bids submitted by both Lathrop and Amoroso.
Regardless of thedirect applicability to Section 10168 of the Public Contract Code, the principal of
the code still applies to Counties as well as other public agencies.
Clearly the County has elected to ignore the requirements contained within its own specifications and
is intending to enter into a contract with a fine which should have been declared non-responsive at
The time bids were received. It is disappointing that a County department with such high standards
as your own would act with disregard for the proposal requirements.
Zrer
• y,Taber
Taber Construction Inc.
P.O. Box 1309 • Martinez, Collfornia 94553-7309 TELEPHONE (925) 682-6133 FAX (925) 682-6122 License 856768
CONTRACOSTA COUNTY
General Services_ Department Michael J. Lango
Director
i CAPITAL PROJECTS MANAGEMENT
1220 Morello�Avenue', Suite 100 Terry Mann
Martinez, California 94553-4711
Deputy Director
(925) 313 720.0'Phone Rob Lim, PE
(925) 313-729.9 Fax Manager
VIA FAX 925-682-6122 & U.S. MAIL
September 6, 2006
Mr. Bret Taber
Taber Construction Inc.
P.O. Box 1309
Martinez, CA 94553-7309
Subject: CONTRA COSTA COUNTY DISTRICT ATTORNEY BUILDING PROJECT;
Further Response to Bid Protest
Dear Mr. Taber:
In your September 5, 2006 letter, you again claim that Lathrop Construction Associates
("Lathrop") and S.J. Amoroso Construction Company ("SJA") submitted their bids after the
specified time of 2:00 p.m. You also complain about inaccuracies in the County's September 1
response letter to you.
The County is aware that Taber Construction's representative present at the bid opening was
Brett Etchison. In referring to "you," our September 1 response meant Taber Construction not
you (Bret Taber) personally. I apologize if that wording was confusing or made our response
seem inaccurate.
The County disagrees with your claim that Mr. Etchison "clearly notified the County staff of the
late bids submitted by both Lathop and Amoroso." At the bid opening, Mr. Etchison complained
to the County clerk receiving the bids that SJA's bid was submitted late. However, as noted in
our September 1 response, Mr. Etchison said nothing about Lathrop's bid being submitted late.
It was only in your September 1 bid protest letter, which was sent the day after the bid opening,
that you first claimed Lathrop's bid was submitted late.
Regarding Lathrop's bid, the County disagrees with your claim that their bid was submitted late.
The County received Lathrop's bid before 2:00:00 p.m. This can be attested to by County staff
and by the Lathrop representative.
With regard to SJA's bid, the County's position was already stated in our September 1 response.
Keep in mind that, since SJA's bid was higher than Taber Construction's, any complaint that you
have about it probably is moot.
i
H:\2005\2500512\05L012127r.doc
`Mr. Bret Taber September 6, 2006
CONTRA COSTA COUNTY DISTRICT Page 2 of 2
ATTORNEY BUILDING PROJECT
Your September 5 letter does not change the County's position, which was explained in our
September 1 response. Our department is preparing this matter for the September 26 or October
3 Board of Supervisors meeting, at which time we will recommend that the contract be awarded
to Lathrop and that your bid protest be overruled. Should you disagree with that
recommendation, you may appear and address the Board at that time.
Although you are unhappy with the bid opening for this project, I am confident that it was
conducted fairly and in compliance with the project specifications. We appreciate your
participation on previous County projects and look forward to future bids and participation by
Taber Construction.
Sincerely,
tobZrn,P.E.
Capital Projects Division Manager
RL:tb