HomeMy WebLinkAboutMINUTES - 04122011 - C.56RECOMMENDATION(S):
1. APPROVE the plans, specifications, and design for Trade Bid Package 2A, consisting of
structural steel and metal decking; and DELEGATE to the Deputy General Services
Director, or designee, or to any licensed architect or engineer employed by the County, the
authority to approve any design modifications prepared for the above project.
2. AWARD a trade contract in the amount of $1,588,161 (Base Bid plus Add Alternate #1)
to Concord Iron Works, Inc. (“CIW”), the lowest responsive and responsible bidder for
Trade Bid Package 2A, consisting of structural steel and metal decking for the subject
project; and DIRECT the Deputy General Services Director, or designee, to prepare the
trade contract.
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 CIW, as the lowest responsive and responsible bidder for
APPROVE OTHER
RECOMMENDATION OF CNTY
ADMINISTRATOR
RECOMMENDATION OF BOARD
COMMITTEE
Action of Board On: 04/12/2011 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: Rob Lim, 3-7200
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: April 12, 2011
David J. Twa, County Administrator and Clerk of the Board of Supervisors
By: Carrie Del Bonta, 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.56
To:Board of Supervisors
From:Steve Silveira, Deputy General Services Director
Date:April 12, 2011
Contra
Costa
County
Subject:Award of Construction Trade Contract for Trade Bid Package 2A for the West County Health Center Project,
13601 San Pablo Avenue, San Pablo (WH554B)
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 CIW shall submit two good and sufficient surety bonds (performance bond and payment
bond) in the amount of $1,588,161 and that CIW and its subcontractors shall sign a Project Labor
Agreement for the project; and ORDER that, after CIW 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 Deputy General Services Director has reviewed and found them to be sufficient, the
Deputy General Services Director, or designee, is authorized to sign the trade contract for this Board.
6. AUTHORIZE the Deputy General Services Director, or designee, to exonerate any bid bonds posted
by the bidders after execution of the above trade contract.
7. AUTHORIZE the Deputy 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 Deputy 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 Deputy
General Services Director, or designee.
10. DELEGATE, pursuant to Labor Code Section 6705, to the Deputy 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 CIW 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.
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 will be provided through bond
financing and dedicated revenue within the Hospital Enterprise Fund.
BACKGROUND:
The West County Health Center (“WCHC”) project involves constructing a new 2-story,
The West County Health Center (“WCHC”) 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 315-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. Three trade contracts (for
earthwork, pile foundations, and general requirements work) have already been awarded by the Board. A
fourth trade bid package (Trade Bid Package 2A, consisting of structural steel and metal decking) was
developed and issued for bidding. The trade bid package included an Add Alternate for bidders to submit
a cost for accelerating the steel delivery by 10 working days.
Four bids were received for Trade Bid Package 2A. The bids were opened by the General Services
Department on March 29, 2011, and the bid results are as follows:
Bidder Base Bid Add Alternate #1
Concord Iron Works, Inc., Pittsburg, CA $1,588,161 $0
Gayle Manufacturing, Woodland, CA $1,685,000 $43,000
Southwest Steel Company, Henderson, NV $1,850,780 $105,320
Olson and Company Steel, San Leandro, CA $2,001,217 $3
For Trade Bid Package 2A, all four bids were above the CM At-Risk's estimate of $1,350,000. A survey
of the bidders indicates that recent increases in material and gas prices may have contributed to the bids
being higher than the estimate. CIW submitted the lowest responsive and responsible bid of $1,588,161,
which is $96,839 less than the next lowest bid submitted by Gayle Manufacturing. Staff recommends that
the trade contract for Trade Bid Package 2A, consisting of structural steel and metal decking, be awarded
to CIW.
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. With award of the above trade contract for structural steel and metal
decking, the total amount of trade contracts to date is $3,513,184. 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 2A (see
memo attached to this Board Order). Staff recommends the Board determine that Turner, as the CM
At-Risk, has documented an adequate good faith effort to comply with the requirements of the Outreach
Program and that the Board waive any irregularities relating to the various Outreach steps and Turner’s
documentation.
Pursuant to the County’s Project Labor Agreement (PLA) policy, a PLA is required for all trade
contracts on this project. CIW has signed a PLA, which contains a local hire provision consistent with the
Disposition and Development Agreement between the City of San Pablo Redevelopment Agency and the
County. As a condition of trade contract award, CIW’s subcontractors will also be required to sign the
PLA.
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 a trade contract for Trade Bid Package 2A 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.
ATTACHMENTS
WCHC Trade Bid Package 2a