Loading...
HomeMy WebLinkAboutMINUTES - 09202011 - C.61RECOMMENDATION(S): 1. AWARD a trade contract (Base Bid plus Additive Alternates 1, 3, and 9) in the amount of $819,700 to Best Contracting Services (“Best”), the lowest responsive and responsible bidder for Trade Bid Package 4B, consisting of roofing/waterproofing/architectural sheet metal for the subject project; and DIRECT the Deputy General Services Director, or designee, to prepare the trade contract. 2. AWARD a trade contract in the amount of $364,609 to Tucker Engineering (“Tucker”), the lowest responsive and responsible bidder for Trade Bid Package 4C, consisting of earthwork phase 2 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 contracts and WAIVE any irregularities in such compliance. 4. FURTHER DETERMINE that Best and Tucker, as the lowest responsive and responsible APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/20/2011 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: September 20, 2011 David 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, Auditor's Office, County Counsel's Office, County Administrator's Office, County Administrator's Office C.61 To:Board of Supervisors From:Steve Silveira, Deputy General Services Director Date:September 20, 2011 Contra Costa County Subject:Award of Construction Trade Contracts for Trade Bid Packages 4B and 4C for the West County Health Center Project, 13601 San Pablo Avenue, San Pablo bidders for the above trade RECOMMENDATION(S): (CONT'D) 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. 5. DIRECT that Best shall submit two good and sufficient surety bonds (performance bond and payment bond) in the amount of $819,700 and that Best and its subcontractors shall sign a Project Labor Agreement for the project. 6. DIRECT that Tucker shall submit two good and sufficient surety bonds (performance bond and payment bond) in the amount of $364,609 and that Tucker and its subcontractors shall sign a Project Labor Agreement for the project. 7. ORDER that, after Best and Tucker 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 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 contracts for this Board. 8. AUTHORIZE the Deputy General Services Director, or designee, to exonerate any bid bonds posted by the bidders after execution of the above trade contracts. 9. 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 contracts, pursuant to Public Contract Code Section 22300. 10. AUTHORIZE the Deputy General Services Director, or designee, to order changes or additions to the work for each trade contract pursuant to Public Contract Code Section 20142. 11. 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. 12. 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. 13. DECLARE that, should the award of a trade contract to Best or Tucker 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. Thirteen trade contracts (for earthwork phase 1, pile foundations, general requirements work, structural steel and metal decking, concrete, elevators, miscellaneous metals/stairs, curtain wall, drywall/plaster, fire protection, plumbing, mechanical, and electrical) have already been awarded by the Board. Additional trade bid packages for site utilities, roofing/waterproofing/architectural sheet metal, and earthwork phase 2 were subsequently developed and issued for bidding. Bids were received for Trade Bid Packages 4A through 4C and opened by the General Services Department on August 30, 2011. The bid results for Trade Bid Package 4A were reported to the Board previously with a recommendation for award of trade contract 4A. The bid results for Trade Bid Packages 4B and 4C are as follows: Bidder (Trade Bid Package 4B) Base Bid + Additive Alternates to be awarded (1, 3, & 9) Best Contracting Services, Hayward $819,700 Alliance Roofing, San Jose $887,655 King’s Roofing, Patterson $1,159,738 Western Roofing Services, San Leandro $1,233,703 Bidder (Trade Bid Package 4C)Base Bid Tucker Engineering, Campbell $364,609 Ghilotti Brothers, San Rafael $427,411 In addition to the base bid scope of work, bidders for Trade Bid Package 4B were also required to submit bids on bid alternates that affected them (add alternates #1, 3, 9, and 10 as highlighted in bold below). The other bid alternates (add alternates #2, 4 through 8, and 11) were previously bid and do not affect Trade Bid Packages 4A through 4C, and therefore pricing for these alternates were not required. The various bid alternates are summarized below: Bid Alternates Summary Description Add Alt #1 Connecting canopy between clinic and garage. Add Alt #2 Not applicable to this bid - Trellis on west side of clinic. Add Alt #3 Patient drop-off canopy. Add Alt #4 Not applicable to this bid - Trellis on garage upper level. Add Alt #5 Not applicable to this bid - Painting garage stair towers & shear walls (future bid). Add Alt #6 Not applicable to this bid - Painting garage interior (future bid). Add Alt #7 Not applicable to this bid - Lighting at columns & recesses. Add Alt #8 Not applicable to this bid - Lighting on east & west facades. Add Alt #9 Skylights. Add Alt #10 Sunshades for south elevation. Add Alt #11 Not applicable to this bid - Elliptical elevator tower. The Additive Alternates recommended for award include #1, #3, and #9. The total amount for those three Additive Alternates would add $67,450 to the low bid for Trade Bid Package 4B, which is $33,700 more than the CM At-Risk’s estimate of $33,750. For Trade Bid Package 4B, two base bids were below the CM At-Risk's estimate of $850,000. Best submitted the lowest responsive and responsible bid of $752,250, which is $92,230 less than the next lowest bid submitted by Alliance Roofing. Staff recommends that the trade contract for Trade Bid Package 4B, consisting of roofing/waterproofing/architectural sheet metal, be awarded to Best and that the award include the Base Bid plus Additive Alternates #1, #3, and #9, for a total contract award amount of $819,700. For Trade Bid Package 4C, all bids were above the CM At-Risk's estimate of $275,000. Tucker submitted the lowest responsive and responsible bid of $364,609, which is $62,802 less than the next lowest bid submitted by Ghilotti Brothers. Staff recommends that the trade contract for Trade Bid Package 4C, consisting of earthwork phase 2, be awarded to Tucker for a total contract award amount of $364,609. 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 two trade contracts for Trade Bid Packages 4B and 4C, the total amount of trade contracts awarded to date is $19,528,379. 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 4B and 4C. 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. Best and Tucker 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, Best’s and Tucker’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 4B and 4C 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. ATTACHMENT TO BOARD ORDER OCTOBER 4, 2011 Department Description/Unit/Make/Model Serial No. Condition A. Obsolete B. Worn Out C. Beyond economical repair D. Damaged beyond repair PROBATION 2003 CLUBCAR #9300 (Miles) 5J5LD22B32A238738 C SHERIFF 2001 FORD #0475 (97319 Miles) 1FAFP52U91G150884 B SHERIFF 2008 FORD #1003 (98022 Miles) 1FAHP24W68G159929 B SHERIFF 2002 FORD #0361 (67773 Miles) 1FAFP52U62G216678 D