Loading...
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.