HomeMy WebLinkAboutMINUTES - 04172012 - C.54RECOMMENDATION(S):
1. APPROVE the plans, specifications, and design for Trade Bid Package 7B, consisting of
communication systems; 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 $80,255 (Base Bid only) to Sasco, the lowest
responsive and responsible bidder for Trade Bid Package 7B, consisting of communication
systems 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
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 Sasco, as the lowest responsive and responsible bidder for
the above trade contract, and Turner, as Project Manager, have entered into a Project Labor
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 04/17/2012 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I Supervisor
Mary N. Piepho, District III
Supervisor
Karen Mitchoff, District IV
Supervisor
Federal D. Glover, District V
Supervisor
ABSENT:Gayle B. Uilkema, District II
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: April 17, 2012
David 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.54
To:Board of Supervisors
From:Julia R. Bueren, Public Works Director
Date:April 17, 2012
Contra
Costa
County
Subject:Award of Construction Trade Contract for Trade Bid Package 7B for the West County Health Center Project,
13601 San Pablo Avenue, San Pablo
Agreement with the Contra Costa Building and Construction
RECOMMENDATION(S): (CONT'D)
Trades Council to comply with the requirements of the County’s Project Labor Agreement policy.
5. DIRECT that Sasco shall submit two good and sufficient surety bonds (performance bond and payment bond) in the amount of
$80,255.44 each and that Sasco and its subcontractors shall sign a Project Labor Agreement for the project; and ORDER that, after
Sasco 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 Sasco 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. 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 is 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. Twenty-nine
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, electrical, site utilities,
roofing/waterproofing/architectural sheet metal, earthwork phase 2, millwork, doors/frames/hardware, acoustical ceilings,
painting, site concrete/caulking, flooring, landscaping and irrigation, miscellaneous specialties, miscellaneous metal phase 2,
overhead coiling doors and grills, ceramic tile, window shades, and building signage) have already been awarded by the Board. A
trade bid package for communication systems (Trade Bid Package 7B) was subsequently developed and issued for bidding.
Bids were received for Trade Bid Package 7B and opened by the General Services Department on April 3, 2012. The bid results
for Trade Bid Package 7B are as follows:
Bidder Base Bid Add Alt #17
Sasco, San Jose $80,255.44 $201,807.39
Watson Electric, Inc., Concord $124,774.00 $197,829.00
Contra Costa Electric, Martinez $144,076.00 $202,508.00
In addition to the Base Bid scope of work, bidders were also required to submit bids for one bid alternate (Additive Alternate #17,
as highlighted in bold below). The other bid alternates (Additive Alternates #1 through 16) were previously bid and do not affect
Trade Bid Package 7B and, therefore, pricing for those alternates was not required. The various bid alternates are summarized
below:
Bid Alternates Summary Description
Add Alt #1 Not applicable to this bid - Connecting canopy between clinic and garage.
Add Alt #2 Not applicable to this bid - Trellis on west side of clinic.
Add Alt #3 Not applicable to this bid - 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
Add Alt #6 Not applicable to this bid - Painting garage interior
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 Not applicable to this bid - Skylights.
Add Alt #10 Not applicable to this bid - Sunshades for south elevation.
Add Alt #11 Not applicable to this bid - Elliptical elevator tower.
Add Alt #12 Not applicable to this bid - “Porch Light” elements above check-in areas.
Add Alt #13 Not applicable to this bid - Low height divider partitions for waiting areas.
Add Alt #14 Not applicable to this bid - Security screens at check-in desks.
Add Alt #15 Not applicable to this bid - Accent panels adjacent to exam room doors.
Add Alt #16 Not applicable to this bid - Window covering
Add Alt #17 Furnish cabling, racks, and other materials
For Trade Bid Package 7B, all of the Base Bids were below the CM At-Risk's estimate of $250,000. Sasco submitted the lowest
responsive and responsible bid of $80,255.44, which is $44,518.56 less than the next lowest bid. Staff recommends that the trade
contract for Trade Bid Package 7B, consisting of communication systems, be awarded to Sasco for a total contract award amount
of $80,255.44 (Base Bid only). No Additive Alternate bid items are recommended for award.
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 communication systems, the total amount of trade contracts to date is $23,612,676.44.
The County’s CM At-Risk, Turner, has submitted its documentation of good faith effort to comply with the requirements of the
County's Outreach Program for Trade Bid Package 7B. The Contract Compliance Officer has reported that Turner has
documented an adequate good faith effort for this trade contract.
Pursuant to the County’s Project Labor Agreement (PLA) policy, a PLA is required for all trade contracts on this project. Sasco
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, Sasco’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 contract 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:
None