Loading...
HomeMy WebLinkAboutMINUTES - 12052006 - C.117 TO: BOARD OF SUPERVISORS - CONTRA FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES Is COSTA DATE: DECEMBER 5, 2006 %'JvQ COUNTY sTq T' SUBJECT: AWARD OF CONSTRUCTION CONTRACTS FOR THE PUBLIC WORKS EXPANSION PROJECT, 255 GLACIER DRIVE MARTINEZ (WH261 B) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. WAIVE minor irregularities in the bid submitted by SF Interiors, San Rafael; AWARD a contract in the amount of $36,955 to SF Interiors, the lowest responsive and responsible bidder for the trade contract that includes acoustical ceiling for the subject project; and AUTHORIZE the General Services Director, or designee, to execute the contract. 2. RELIEVE Alcal Roofing and Insulation of its bid due to mistake; REJECT the non-responsive bid submitted by Best Contracting Services, Inc.; AWARD a contract in the amount of$108,630 to Enterprise Roofing Service, Inc., Concord, the lowest responsive and responsible bidder for the trade contract that includes roofing work for the subject project; and AUTHORIZE the General Services Director, or designee, to execute the contract. 3. REJECT all bids received for the trade contract that includes glazing, storefront, and aluminum frames; and AUTHORIZE the General Services Director, or designee, to re-bid the trade contract or utilize other appropriate means to procure the work, using the plans and specifications previously adopted. 4. AUTHORIZE the General Services Director, or designee, to use at his option, the alternative bidding procedures of Public Contract Code Sections 20120-20145 to re-bid the glazing, storefront, and aluminum frames trade contract, and DIRECT the Clerk of this Board to publish at the appropriate time a Notice to Contractors in accordance with Public Contract Code Section 20125. 5. AWARD a contract in the amount of $284,345 to Martinez Sheet Metal, Inc., Martinez, the lowest responsive and responsible bidder for the trade contract that includes plumbing work for the subject project, and AUTHORIZE the General Services Director, or designee, to execute the contract. 6. DETERMINE that Swinerton Builders, as the Construction Manager, has documented an adequate good faith effort to comply with the specifications and the requirements of the County's Outreach Program for the above trade contracts, and WAIVE any irregularities in such co pliance. CONTINUED ON ATTACHMENT: X YES SIGNA v COMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OFBOWA064MMITTEE ✓APPROVE OTHER r SIGNATURE(S): ACTION OF BOAROO APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS .UNANIMOUS(ABSENT ) AYES: NOES: ABS5 f r, ,, 1 r ABSTAIN: .b "� EA_0 V(k o_� MEDIA CONTACT: MICHAEL J. LANGO(313-7100) Originating Dept.:General Services Department cc: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE AND CORECTTAKEN Capital Projects Management Division AND ENNTERED ONOTHE M NUTESOF ANION OF THE BOARD Accounting OF SUPERVIS S ON THE DATE SHOWN. CPM File: 250-0517/C.1.1 250-0517/A.5 ATTESTED County Administrator's Office JOHN CULLEN,CLERK OF THE BOARD OF SUPERVISORS County Counsel AND COUNTY ADMINISTRATOR Auditor Controller Public Works Department(via CPM) �/ BY ® 1 ,DEPUTY H:\2005\2500517\05L017216brev6b.doc RL:tb Page 1 of 3 M382(10/88) r AWARD OF CONSTRUCTION CONTRACTS FOR THE December 5, 2006 PUBLIC WORKS EXPANSION PROJECT, 255 GLACIER DRIVE, MARTINEZ (WH261B) 7. FURTHER DETERMINE that SF Interiors, Enterprise Roofing, and Martinez Sheet Metal as the lowest responsive and responsible bidders for their respective trade contracts, and Swinerton Builders 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. 8. AUTHORIZE the General Services Director, or designee, to exonerate any bid bonds posted by the bidders and return any checks or cash submitted for security, after execution of each contract. 9. 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 moneys withheld by the County to ensure performance under each contract, pursuant to Public Contract Code Section 22300. 10. AUTHORIZE the General Services Director, or designee, to order changes or additions to the contract work pursuant to Public Contract Code Section 20142. 11. DELEGATE, pursuant to Public Contract Code Section 4114, the Board's functions under Public Contract Code Sections 4107 and 4110, with regards to subletting and subcontracting, to the General Services Director, or designee. 12. DECLARE that, should the award of the contracts to SF Interiors, Enterprise Roofing, or Martinez Sheet Metal 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 contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance in accordance with Public Contract Code Sections 5100-5107. FINANCIAL IMPACT The project will be funded with $1.5 million from the Public Works Department and the remaining funds will come from a future bond issuance. BACKGROUND The project involves constructing an approximately 12,100-square foot building adjacent to the Public Works Department's current facility at 255 Glacier Drive in Martinez. The new building will address current overcrowding and integrate staff currently located in three nearby modular buildings and an off-site office. The County's childcare facility, which is also located in a nearby modular building, will be included in the new building. The "Construction Manager At-Risk" ("CM At-Risk") project delivery method is being utilized on the project. Typically, the CM At-Risk method provides improved cost control, better allocates risk, and enhances project collaboration. On January 10, 2006, the Board approved a consulting services agreement with Swinerton Builders ("Swinerton") to provide construction management services for the project. With the CM At-Risk project delivery method, numerous trade scopes of work were developed (e.g., earthwork, concrete, site utilities, framing, mechanical, and electrical) and incorporated into the bid documents. The project plans and specifications were previously filed with and approved by the Board of Supervisors, and bids were duly invited from the various trades involved in the project. Bids were received and opened by the County Capital Projects Management Division on September 14 and November 9, 2006, and the bid results for the subject trade contracts are as follows: TRADE CONTRACT SCOPE OF Bidder Bid Amount Award Comments WORK(Summary Description) Amoun[ 07312-Roofing Aleal $ 33,610 Bid relieved Best Contracting $ 107,250 Bid not responsive Enterprise Roofing_ $ 108,630 Western Roofing $ 143,006 09512-Aeoustical Ceilin SF Interiors $ 36,955 Cemco $ 54,420 S acetone Acoustics $ 55,609 Ironwood Builders $ 61,175 15050, 15051,15170,15200,15250, 15400, 15701, 15990-Plumbing Martinez Sheetmetal $ 284,345 Lescure Company $ 294,500 L.J.Kruse Company $ 295,000 Kent M. Lim &Company $ 348,911 TOTAL S 429,930 H:\2005\2500517\05L017216brev6 b.doe Page 2 of 3 M382(10/88) _a AWARD OF CONSTRUCTION CONTRACTS FOR THE December 5, 2006 PUBLIC WORKS EXPANSION PROJECT, 255 GLACIER DRIVE, MARTINEZ (WH261B) For the acoustical ceiling trade contract, SF Interiors submitted the lowest responsive and responsible bid of $36,955, which is $17,465 less than the next lowest bid. SF Interiors' bid documentation was incomplete, in that it did not include a non-collusion affidavit or bid security. However, staff recommends waiving the bid irregularity, which has been cured in the meantime. For the roofing trade contract, Alcal submitted the lowest bid. However, Alcal requested within the required five working days to be relieved of the bid because of a mistake. The mistake made Alcal's bid materially different than what Alcal intended. Staff recommends that Alcal be relieved of the bid. The second low bidder, Best Contracting, did not fully complete the post-bid assessment form, and staff recommends that the bid be rejected as non-responsive. The third low bidder, Enterprise Roofing, submitted the lowest responsive and responsible bid of$108,630, which is $1,380 higher than lowest bid (not counting the withdrawn bid). For the aluminum frames and glazing trade contract, staff recommends rejecting all the bids previously received. Staff further recommends that the Board ratify re-bidding this trade contract, using the plans and specifications previously adopted. The Board previously took action to reject all bids for the plumbing trade contract. The plumbing trade contract was re-bid, and bids were received and opened on November 9, 2006. Martinez Sheet Metal submitted the lowest responsive and responsible bid of$284,345, which is $10,155 less than the next lowest bid. With the CM At-Risk project delivery method, the County contracts directly with the various trade contractors, and Swinerton, as Construction Manager, manages the trade contracts. In summary, staff recommends awarding three separate trade contracts as noted above for a total cumulative amount of $429,930. The Board previously awarded seventeen separate trade contracts for a total amount of $3,469,567. A recommendation for awarding the remaining glazing, storefront, and aluminum frames trade contract will come before the Board at a future date. The Contract Compliance Officer has reported that Swinerton Builders, as the Construction Manager, has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program for the above trade contracts. '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. H:1200512500517105L017216brev6b.doc Page 3 of 3 M382(10188)