HomeMy WebLinkAboutMINUTES - 02082011 - C.53RECOMMENDATION(S):
1. APPROVE the plans, specifications, and design for Trade Bid Package 1A consisting of
site demolition, earthwork, and grading and Trade Bid Package 1B consisting of foundation
piles; and DELEGATE to the General Services Director, or to any licensed architect or
engineer employed by the County, the authority to approve any design modifications
prepared for the above project.
2. WAIVE minor irregularities in the bid submitted by Ghilotti Brothers, Inc. (“Ghilotti”);
AWARD a trade contract in the amount of $245,039 (Base Bid) to Ghilotti, the lowest
responsive and responsible bidder for Trade Bid Package 1A consisting of site demolition,
earthwork, and grading for the subject project.
3. DETERMINE that Turner Construction Company (“Turner”), as the Construction
Manager At-Risk, has documented an adequate good faith effort to comply with the
specifications and the requirements of the County’s Outreach Program in connection with
the above trade contract and WAIVE any irregularities in such compliance.
4. FURTHER DETERMINE that Ghilotti, as the lowest responsive and responsible bidder
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 02/08/2011 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I Supervisor
Gayle B. Uilkema, District II
Supervisor
Mary N. Piepho, District III
Supervisor
Karen Mitchoff, District IV
Supervisor
Federal D. Glover, District V
Supervisor
Contact: Mike Lango, 313-7100
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board
of Supervisors on the date shown.
ATTESTED: February 8, 2011
David J. Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc: GSD Administration, GSD Accounting, GSD CPM Division Manager, GSD CPM Project Manager, GSD CPM Clerical, Auditor's Office, County
Counsel's Office, County Administrator's Office, County Administrator's Office
C.53
To:Board of Supervisors
From:Michael J. Lango, General Services Director
Date:February 8, 2011
Contra
Costa
County
Subject:Award of Construction Trade Contract for Trade Bid Package 1A and Rejection of Bids for Trade Bid
Package 1B for the West County Health Center Project
for the above trade contract, and Turner,
RECOMMENDATION(S): (CONT'D)
as Project Manager, have 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.
5. DIRECT that Ghilotti shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $245,039 and that Ghilotti and its subcontractors
shall sign a Project Labor Agreement for the project; and ORDER that, after Ghilotti has
signed the trade contract and returned it, together with the bonds, the signed Project Labor
Agreement, evidence of insurance, and other required documents, and the General Services
Director has reviewed and found them to be sufficient, the General Services Director, or
designee, is authorized to sign the trade contract for this Board.
6. AUTHORIZE the General Services Director, or designee, to exonerate any bid bonds
posted by the bidders after execution of the above trade contract.
7. 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 monies withheld by the County to ensure performance under
the trade contract, pursuant to Public Contract Code Section 22300.
8. AUTHORIZE the General Services Director, or designee, to order changes or additions
to the trade contract work pursuant to Public Contract Code Section 20142.
9. DELEGATE, pursuant to Public Contract Code Section 4114, the Board's function under
Public Contract Code Sections 4107 and 4110, with regards to subletting and
subcontracting, to the General Services Director, or designee.
10. DELEGATE, pursuant to Labor Code Section 6705, to the General Services Director or
to any registered civil or structural engineer employed by the County the authority to accept
detailed plans showing the design of shoring, bracing, sloping or other provisions to be
made for worker protection during trench excavation covered by that section.
11. DECLARE that, should the award of the trade contract to Ghilotti be invalidated for any
reason, the Board would not in any event have awarded the contracts 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 a trade contract to another bidder in cases
where the successful bidder establishes a mistake, refuses to sign the trade contract, or fails
to furnish required bonds or insurance in accordance with Public Contract Code Sections
5100-5107.
12. REJECT all bids received for Trade Bid Package 1B consisting of foundation piles for
the subject project; and AUTHORIZE the General Services Director, or designee, to
re-advertise Trade Bid Package 1B for bids.
FISCAL IMPACT:
The estimated total project cost is $45 million. Funding in the amount of $12 million is from
a federal Health Resources and Services Administration (“HRSA”) grant, provided under
the American Recovery and Reinvestment Act of 2009. The remaining balance of $33
million is financed with Lease Revenue bonds with dedicated revenue in the Hospital
Enterprise fund (EF1).
BACKGROUND:
The project involves constructing a new 2-story, 53,000-square-foot health center in San
Pablo. The new WCHC will serve the region by providing outpatient and ancillary services
in a modern and efficient facility. In addition, a new 320-stall, 3-level parking structure will
be built adjacent to the WCHC. The “Construction Manager At-Risk” (“CM At-Risk”)
project delivery method is being utilized on the project. Utilizing this method involves
overlapping multiple design and construction phases in order to fast-track the project. With
the CM At-Risk project delivery method, multiple trade bid packages (e.g., earthwork, piles,
concrete, framing, mechanical, and electrical) will be developed and issued for bidding. The
first two trade bid packages were developed (“1A” consisting of site demolition, earthwork,
and grading and “1B” consisting of foundation piles) and issued for bidding.
Eight bids were received for Trade Bid Package 1A and five bids were received for Trade
Bid Package 1B. The bids were opened by the General Services Department on January 25,
2011, and the bid results are as follows:
Trade Bid Package 1A - Bidder Base Bid
Ghilotti Brothers, Inc., San Rafael $245,039
Joseph J. Albanese, Santa Clara $256,750
O.C. Jones & Sons, Inc., Berkeley $298,000
Top Grade Construction, Livermore $299,970
Carone & Company, Inc., Concord $319,950
Team Ghilotti, Inc., Petaluma $357,000
Ghilotti Construction Company, Inc., Santa Rosa $358,013
McGuire & Hester, Oakland $405,830
For Trade Bid Package 1A, all bids were below the construction manager's estimate of
$621,900. Ghilotti Brothers, Inc. (“Ghilotti”) submitted the lowest responsive and
responsible bid of $245,039, which is $11,711 less than the next lowest bid. Staff
recommends that the trade contract for Trade Bid Package 1A consisting of site demolition,
earthwork, and grading be awarded to Ghilotti.
For Trade Bid Package 1B, staff recommends that the Board reject all bids received and
authorize the General Services Director, or designee, to re-advertise for bids.
With the CM At-Risk project delivery method, the County contracts directly with the
various trade contractors, and Turner, as CM At-Risk, manages the trade contracts with a
Guaranteed Fixed Price and Guaranteed Completion Date. At this time, staff recommends
awarding one separate trade contract as noted above for a total amount of $245,039.
Recommendations for the award of other trade contracts will come before the Board at
future dates.
The County’s CM At-Risk, Turner, has submitted its documentation of good faith efforts to
comply with the specifications and requirements of the County's Outreach Program for
Trade Bid Package 1A. The Contract Compliance Officer has reported that Turner has
documented an adequate good faith effort for this trade contract.
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.
CONSEQUENCE OF NEGATIVE ACTION:
Failure to award the trade contract would delay the project and could potentially result in
the WCHC not being built and the loss of $12 million in federal stimulus money.
CHILDREN'S IMPACT STATEMENT:
Not applicable.