HomeMy WebLinkAboutMINUTES - 07262011 - C.74RECOMMENDATION(S):
1. APPROVE the plans, specifications, and design for Trade Bid Packages 3A through 3G,
consisting of miscellaneous metals/stairs (3A), curtain wall (3B), drywall/plaster (3C), fire
protection (3D), plumbing (3E), mechanical (3F), and electrical (3G); and DELEGATE to
the 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 (Base Bid plus Additive Alternates 1 and 3) in the amount of
$880,633 to Concord Iron Works, Inc. (“CIW”), the lowest responsive and responsible
bidder for Trade Bid Package 3A, consisting of miscellaneous metals/stairs for the subject
project; and DIRECT the General Services Director, or designee, to prepare the trade
contract.
3. AWARD a trade contract (Base Bid plus Additive Alternate 9) in the amount of $779,179
to Guarantee Glass Inc. (“GG”), the lowest responsive and responsible bidder for Trade Bid
Package 3B, consisting of curtain wall for the subject project; and DIRECT the General
Services Director, or designee, to prepare the trade contract.
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 07/26/2011 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, (925)
313-7200
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: July 26, 2011
David Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc:
C. 74
To:Board of Supervisors
From:Steve Silveira, Deputy General Services Director
Date:July 26, 2011
Contra
Costa
County
Subject:Award of Construction Trade Contracts for Trade Bid Packages 3A thru 3G for the West County Health
Center Project, 13601 San Pablo Avenue, San Pablo
4.
RECOMMENDATION(S): (CONT'D)
AWARD a trade contract (Base Bid plus Additive Alternates 9 and 11) in the amount of
$1,716,875 to Pace Drywall, Inc. (“Pace”), the lowest responsive and responsible bidder for
Trade Bid Package 3C, consisting of drywall/plaster for the subject project; and DIRECT
the General Services Director, or designee, to prepare the trade contract.
5. AWARD a trade contract (Base Bid plus Additive Alternates 1 and 3) in the amount of
$373,850 to Allied Fire Protection (“Allied”), the lowest responsive and responsible bidder
for Trade Bid Package 3D, consisting of fire protection for the subject project; and DIRECT
the General Services Director, or designee, to prepare the trade contract.
6. AWARD a trade contract (Base Bid only) in the amount of $1,368,957 to W.L. Hickey
Sons, Inc. (“Hickey”), the lowest responsive and responsible bidder for Trade Bid Package
3E, consisting of plumbing for the subject project; and DIRECT the General Services
Director, or designee, to prepare the trade contract.
7. DETERMINE that Bell Products, Inc. (“Bell”), the lowest apparent bidder for Trade
Package 3F, consisting of mechanical for the subject project, made a mistake in filling out
its bid, and CONSENT to relieve Bell of the bid because of mistake.
8. AWARD a trade contract (Base Bid only) in the amount of $2,218,000 to Bay City
Mechanical, Inc. (“BCM”), the lowest responsive and responsible bidder for Trade Bid
Package 3F, consisting of mechanical for the subject project; and DIRECT the General
Services Director, or designee, to prepare the trade contract.
9. AWARD a trade contract (Base Bid plus Additive Alternates 1, 3, 7, and 8) in the amount
of $1,924,885 to Red Top Electric Co., Emeryville, Inc. (“RTE”), the lowest responsive and
responsible bidder for Trade Bid Package 3G, consisting of electrical for the subject project;
and DIRECT the General Services Director, or designee, to prepare the trade contract.
10. 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 contracts and WAIVE any irregularities in such compliance.
11. FURTHER DETERMINE that CIW, GG, Pace, Allied, Hickey, BCM, and RTE, as the
lowest responsive and responsible bidders for the above trade contracts, and Turner, 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.
12. DIRECT that CIW shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $880,633 and that CIW and its subcontractors
shall sign a Project Labor Agreement for the project.
13. DIRECT that GG shall submit two good and sufficient surety bonds (performance bond
and payment bond) in the amount of $779,179 and that GG and its subcontractors shall sign
a Project Labor Agreement for the project.
14. DIRECT that Pace shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $1,716,875 and that Pace and its subcontractors
shall sign a Project Labor Agreement for the project.
15. DIRECT that Allied shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $373,850 and that Allied and its subcontractors
shall sign a Project Labor Agreement for the project.
16. DIRECT that Hickey shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $1,368,957 and that Hickey and its
subcontractors shall sign a Project Labor Agreement for the project.
17. DIRECT that BCM shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $2,218,000 and that BCM and its subcontractors
shall sign a Project Labor Agreement for the project.
18. DIRECT that RTE shall submit two good and sufficient surety bonds (performance
bond and payment bond) in the amount of $1,924,885 and that RTE and its subcontractors
shall sign a Project Labor Agreement for the project.
19. ORDER that, after CIW, GG, Pace, Allied, Hickey, BCM, and RTE have signed their
respective trade contracts and returned them, 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 contracts for this Board.
20. AUTHORIZE the General Services Director, or designee, to exonerate any bid bonds
posted by the bidders after execution of the above trade contracts.
21. 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 contracts, pursuant to Public Contract Code Section 22300.
22. AUTHORIZE the General Services Director, or designee, to order changes or additions
to the work for each trade contract pursuant to Public Contract Code Section 20142.
23. 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.
24. 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.
25. DECLARE that, should the award of a trade contract to CIW, GG, Pace, Allied, Hickey,
BCM, or RTE 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 for the affected trade. 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,
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) are developed and issued for bidding. Six trade contracts (for earthwork, pile
foundations, general requirements work, structural steel and metal decking, concrete, and
elevators) have already been awarded by the Board. Additional trade bid packages for
miscellaneous metals/stairs, curtain wall, drywall/plaster, fire protection, plumbing,
mechanical, and electrical were subsequently developed and issued for bidding.
Bids were received for Trade Bid Packages 3A thru 3G and opened by the General Services
Department on July 12, 2011. The bid results are as follows:
Bidder (Trade Bid Package 3A)
Base Bid + Additive
Alternates to be
awarded (1 &3)
Concord Iron Works Inc., Pittsburg $880,633
Olson and Company Steel, San Leandro $990,510
Kwan Wo Ironworks Inc., San Francisco $1,384,800
Bidder (Trade Bid Package 3B)
Base Bid
+ Additive Alternate
to be awarded (9)
Guarantee Glass, Walnut Creek $779,179
Carmel Architectural Sales, Anaheim $878,826
AGA Architectural Glass, Alameda $1,164,971
Bidder (Trade Bid Package 3C)
Base Bid + Additive
Alternates to be
awarded (9 & 11)
Pace Drywall Inc., Concord $1,716,875
Anning Johnson, Hayward $1,853,660
Daley’s Drywall and Taping Inc., Campbell $2,079,534
North Counties Drywall Inc., Sonoma $2,200,100
Raymond Northern California, Concord $2,453,836
KHS&S Drywall, Concord $2,661,708
Aderholt Specialty Company, Modesto $3,705,688
Bidder (Trade Bid Package 3D)
Base Bid + Additive
Alternates to be
awarded (1 & 3)
Allied Fire Protection, Oakland $373,850
Transbay Fire Protection, Pleasanton $504,250
Ayoob & Peery, San Francisco $514,070
RCM Fire Protection Inc., Tracy $521,686
Walschon Fire Protection, San Carlos $589,000
Bidder (Trade Bid Package 3E)Base Bid
(No Alternates)
W. L. Hickey Sons Inc., Sunnyvale $1,368,957
Dowdie & Sons Mechanical, American Canyon $1,419,354
J. W. McClenahan Company, San Mateo $1,882,195
Lescure Company Inc., Lafayette $2,730,350
Bidder (Trade Bid Package 3F)Base Bid
(No Alternates)
Bay City Mechanical Inc., Richmond $2,218,000
Bell Products Inc., Napa (bid withdrawn)$2,151,088
Kent M. Lim & Company, Oakland $2,834,954
N.V. Heathorn Inc., San Leandro $2,947,180
Best Contracting Services Inc., Hayward $3,519,850
Note: On July 13, 2011, Bell Products, Inc. (“Bell”), the lowest apparent bidder, notified
the General Services Department in writing that Bell had made a mistake in its bid spread
sheet, which failed to total the piping labor and piping materials taken off and inputted into
Bell’s bidding program. Due to the mistake, Bell requested to withdraw its bid. Under
Public Contract Code Sections 5101 and 5103, a bidder is entitled to be relieved from a bid
where the bidder makes a mistake in filling out the bid and promptly gives notice to the
public entity. Staff recommends that the Board consent to relieve Bell of its bid.
Bidder (Trade Bid Package 3G)
Base Bid + Additive
Alternates to be
awarded (1, 3, 7, & 8)
Red Top Electric, Livermore $1,924,885
Collins Electrical Company Inc., Stockton $1,981,732
Contra Costa Electric, Martinez $2,259,122
Del Monte Electric, Dublin $2,682,450
Con. J. Franke Electric Inc., Stockton $3,495,232
In addition to the base bid scope of work for each trade bid package, bidders were also
required to submit bids on bid alternates that affected them. The various bid alternates are
summarized below:
Bid Alternates Summary Description
Add Alt #1 Connecting canopy between clinic and garage.
Add Alt #2 Trellis on west side of clinic.
Add Alt #3 Patient drop-off canopy.
Add Alt #4 Trellis on garage upper level.
Add Alt #5 Painting garage stair towers & shear walls (future bid).
Add Alt #6 Painting garage interior (future bid).
Add Alt #7 Lighting at columns & recesses.
Add Alt #8 Lighting on east & west facades.
Add Alt #9 Skylights.
Add Alt #10 Sunshades for south elevation.
Add Alt #11 Elliptical elevator tower.
Deductive Alt #1 Alternate storefront system.
As described below in more detail, the Additive Alternates recommended for award include
#1, #3, #7, #8, #9, and #11. The total amount for those six Additive Alternates would add
$229,774 to the low bids for Trade Bid Packages 3A through 3G, which is $32,226 less
than the CM At-Risk’s estimate of $262,000.
For Trade Bid Package 3A, all base bids were above the CM At-Risk's estimate of
$575,000. CIW submitted the lowest responsive and responsible bid of $728,448, which is
$126,062 less than the next lowest bid submitted by Olson and Company Steel. Staff
recommends that the trade contract for Trade Bid Package 3A, consisting of miscellaneous
metals/stairs, be awarded to CIW and that the award include the Base Bid plus Additive
Alternates 1 and 3, for a total contract award amount of $880,633.
For Trade Bid Package 3B, one bid was below the CM At-Risk's estimate of $820,000. GG
submitted the lowest responsive and responsible bid of $763,125, which is $96,846 less
than the next lowest bid submitted by Carmel Architectural Sales. Staff recommends that
the trade contract for Trade Bid Package 3B, consisting of curtain wall, be awarded to GG
and that the award include the Base Bid plus Additive Alternate 9, for a total contract award
amount of $779,179.
For Trade Bid Package 3C, four bids were below the CM At-Risk's estimate of $2,200,000.
Pace submitted the lowest responsive and responsible bid of $1,673,625, which is $137,025
less than the next lowest bid submitted by Anning Johnson. Staff recommends that the trade
contract for Trade Bid Package 3C, consisting of drywall/plaster, be awarded to Pace and
that the award include the Base Bid plus Additive Alternates 9 and 11, for a total contract
award amount of $1,716,875.
For Trade Bid Package 3D, four bids were below the CM At-Risk's estimate of $550,000.
Allied submitted the lowest responsive and responsible bid of $369,250, which is $131,250
less than the next lowest bid submitted by Transbay Fire Protection. Staff recommends that
the trade contract for Trade Bid Package 3D, consisting of fire protection, be awarded to
Allied and that the award include the Base Bid plus Additive Alternates 1 and 3, for a total
contract award amount of $373,850.
For Trade Bid Package 3E, two bids were below the CM At-Risk's estimate of $1,600,000.
Hickey submitted the lowest responsive and responsible bid of $1,368,957, which is
$50,397 less than the next lowest bid submitted by Dowdie & Sons Mechanical. Staff
recommends that the trade contract for Trade Bid Package 3E, consisting of plumbing, be
awarded to Hickey. There were no bid alternates for this trade bid package.
For Trade Bid Package 3F, two bids were below the CM At-Risk's estimate of $2,350,000.
BCM submitted the lowest responsive and responsible bid of $2,218,000, which is $616,954
less than the next lowest bid submitted by Kent M. Lim & Company. Staff recommends that
less than the next lowest bid submitted by Kent M. Lim & Company. Staff recommends that
the trade contract for Trade Bid Package 3F, consisting of mechanical, be awarded to BCM.
There were no bid alternates for this trade bid package.
For Trade Bid Package 3G, three bids were below the CM At-Risk's estimate of $2,320,000.
RTE submitted the lowest responsive and responsible bid of $1,911,200, which is $57,069
less than the next lowest bid submitted by Collins Electrical Company. Staff recommends
that the trade contract for Trade Bid Package 3G, consisting of electrical, be awarded to
RTE and that the award include the Base Bid plus Additive Alternates 1, 3, 7, and 8 for a
total contract award amount of $1,924,885.
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 seven
trade contracts for Trade Bid Packages 3A through 3G, the total amount of trade contracts
awarded to date is $17,860,463. 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 Packages 3A thru 3G. 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, GG, Pace, Allied, Hickey, BCM, and RTE have 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, GG’s, Pace’s, Allied’s, Hickey’s,
BCM’s, and RTE’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 the trade contracts for Trade Bid Packages 3A thru 3G 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.