Loading...
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