HomeMy WebLinkAboutMINUTES - 10242006 - C.54 aE:s----L.-.o
TO: BOARD OF SUPERVISORS _ CONTRA
FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES °` u COSTA
DATE: OCTOBER 24, 2006 -- uN'
�. : �,� COUNTY
sra c6' �
SUBJECT: AWARD OF CONSTRUCTION CONTRACTS FOR THE PUBLIC
WORKS EXPANSION PROJECT, 255 GLACIER DRIVE, MARTINEZ e ,
(WH261 B)
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION
1. AWARD a contract in the amount of $352,700 to Concord Ironworks, Pittsburg, the lowest responsive
and responsible bidder for the trade contract that includes structural steel for the subject project, and
AUTHORIZE the General Services Director, or designee, to execute the contract.
2. AWARD a contract in the amount of $98,000 to Anning-Johnson Company ("Anning"), Hayward, the
lowest responsive and responsible bidder for the trade contract that includes steel deck for the subject
project, and AUTHORIZE the General Services Director, or designee, to execute the contract.
3. REJECT the non-responsive bid submitted by Architectural Wood Design; and AWARD a contract in the
amount of $24,170 to BK Mill & Fixture, Inc. ("BK Mill"), Newark, the lowest responsive and responsible
bidder for the trade contract that includes finish carpentry and casework for the subject project, and
AUTHORIZE the General Services Director, or designee, to execute the contract.
4. REJECT the non-responsive bid submitted by Industrial Louvers, Inc.; and AWARD a contract in the
amount of $83,395 to Bay Point Control, Inc: dba Marina Mechanical ("Bay Point"), San Leandro, the
lowest responsive and responsible bidder for the trade contract that includes sheet metal flashing for the
subject project, and AUTHORIZE the General Services Director, or designee, to execute the contract.
5. REJECT the non-responsive bid submitted by Boyett Construction, Inc.; and AWARD a contract in the
amount of $215,877 to Raymond Interior Systems - North ("Raymond"), Concord, the lowest responsive
and responsible bidder for the trade contract that includes metal framing and drywall for the subject
project, and AUTHORIZE the General Services Director, or designee, to execute the contract.
6. REJECT the non-responsive bid submitted by Bay Point Control, Inc. dba Marina Mechanical; and
AWARD a contract in the amount of $689,000 to Control Air North, Inc. ("Control Air"), Hayward, the
lowest responsive and responsible bidder for the trade contract that includes heating, ventilating, and air-
conditioning for the subject project, and AUTHORIZE the General Services Director, or designee, to
execute the contract.
CONTINUED ON ATTACHMENT: X YES SIG
✓RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
-L-APPROVE OTHER
SIGNATURE(S):I'L
ACTION OF BO RD N APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS )
UNANIMOUS(ABSENT ^
AYES: NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT:MICHAEL J.LANGO(313-7100)
Originating Dept.:General Services Department
I HEREBY CERTIFY THAT THIS ISA TRUE
cc: General Services Department
Capital Projects Management Division AND CORRECT COPY OF
AND ENTERED ON THE MINUTES
ACTION TAKEN
OF THE BOARD
Accounting OF SUPERVISORS ON-THE DATE SHOWN
CPM File: 2 1
50 0517/A.5ATTESTED O(t al"
County Administrator's Office JOHN CULLEN,CLERK O HE BOARD OF SUPERVISORS
County Counsel AND COUNTY ADMINISTRATOR
Auditor Controller
Public Works Department(via CPM) BY ,P 10C�� � ,DEPUTY
H:\2005\2500517\05L017142brev5.doc RL:tb Page 1 of 3 M382(10/88)
AWARD OF CONSTRUCTION CONTRACTS FOR THE October 24, 2006
PUBLIC WORKS EXPANSION PROJECT, 255 GLACIER
DRIVE, MARTINEZ (WH261 B)
7. REJECT all bids received for the trade contract that includes formwork and cast-:in-place; 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.
8. REJECT all bids received for the trade contract that includes rebar; 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.
9. 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 trade contracts described above
and in the October 10, 2006 Board order, 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.
10. 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 in
connection with the above trade contracts, and WAIVE any irregularities in such compliance.
11. FURTHER DETERMINE that Concord Ironworks, Anning, BK Mill, Bay Point, Raymond, and Control Air,
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.
12. 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.
13. 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.
14. AUTHORIZE the General Services Director, or designee, to order changes or additions to the contract
work pursuant to Public Contract Code Section 20142.
15. 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.
16. DECLARE that, should the award of the contracts to Concord Ironworks, Anning, BK Mill, Bay Point,
Raymond, or Control Air 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.
H:\2005\2500517\05L017142brev5.doc Page 2 of 3 M382(10/88)
AWARD OF CONSTRUCTION CONTRACTS FOR THE October 24, 2006
PUBLIC WORKS EXPANSION PROJECT, 255 GLACIER
DRIVE, MARTINEZ (WH261 B)
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, 2006, and the bid results for the subject trade
contracts are attached.
For the structural steel trade contract, Concord Ironworks submitted the lowest responsive and responsible bid
of $352,700, which is $126,610 less than the next lowest bid. For the steel deck trade contract, Anning
submitted the lowest responsive and responsible bid of $98,000, which is $18,335 less than the next lowest
bid.
For the sheet metal flashing trade contract, Industrial Louvers submitted the lowest bid of $4,624. However,
the bid did not include the entire scope of work and was deemed non-responsive. The second low bidder, Bay
Point, submitted the lowest responsive and responsible bid of$83,395, which is $78,771 higher than the lowest
bid and $21,405 lower than the next bid.
For the finish carpentry and casework trade contract, Architectural Wood Design submitted the lowest bid of
$21,125. However, the bid did not include the entire scope of work and was deemed non-responsive. The
second low bidder, BK Mill, submitted the lowest responsive and responsible bid of $24,170, which is $3,045
higher than the lowest bid.
For the metal framing and drywall trade contract, Boyett Construction submitted the lowest bid of $172,827.
However, the bid did not include the entire scope of work and was deemed non-responsive. The second low
bidder, Raymond, submitted the lowest responsive and responsible bid of $215,877, which is $43,050 higher
than the lowest bid.
For the heating, ventilating, and air-conditioning trade contract, Bay Point submitted the lowest bid of
$686,596. However, the bid did not comply with the specifications and was deemed non-responsive. The
second low bidder, Control Air, submitted the lowest responsive and responsible bid of $689,000, which is
$2,404 higher than the lowest bid.
For the formwork and cast-in-place concrete trade contract, staff recommends rejecting all the bids. Staff
further recommends re-bidding this trade contract or utilizing other appropriate means to procure the work,
using the plans and specifications previously adopted.
For the rebar trade contract, staff recommends rejecting all the bids. Staff further recommends re-bidding this
trade contract or utilizing other appropriate means to procure the work, using the plans and specifications
previously adopted.
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 six separate trade contracts as noted above for a total cumulative amount of $1,463,142.
Recommendations for the other trade contracts 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.
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:\2005\2500517\05L017142brev5.doc Page 3 of 3 M382(10/88)