Loading...
HomeMy WebLinkAboutMINUTES - 10142003 - C82 File: 250-0237/B.4.1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY,CALIFORNIA . Adopted this Order of October 14,2043,by the following vote: AYES: aMnSM GIOIA, vim, M , aDVM AM DeMINM NOES: N ABSENT: N ABSTAIN:= SUBJECT: Approve Request for Pre-Qualifications of Bidders for the Remodeling of Central Control at the Martinez Detention Facility, 1000 Ward Street, Martinez for the Sheriff-Coroner Budget Line Item No. 4411-4139 Authorization No. 0928-W111 39D WHEREAS the County Administrator and the Sheriff-Coroner have requested that the existing, out-dated central control security system at the Martinez Detention Facility be replaced and upgraded, due to the mature age of the system and the increasing cost of its maintenance; and WHEREAS the project requires specific experience and qualifications of the contractor doing the work, and the project is of a sensitive nature due to security reasons; and WHEREAS a pre-qualification process is recommended to establish a list of qualified contractors from whom the County may solicit bids; and WHEREAS section 20101 of the Public Contract Code permits a pre-qualification process; and WHEREAS a Request for Pre-Qualification of Bidders for this project was prepared by Alta Consulting Services, Inc.; and WHEREAS a Request for Pre-Qualifications of Bidders for the Remodeling of Central Controlat the Martinez Detention Facility, 1000 Ward Street, Martinez: for the Sheriff-Coroner has been filed with the Board this day by the Director of General Services; and WHEREAS in order to ensure satisfactory and timely completion of the project; IT BY THE BOARD RESOLVED that said Request for Pre-Qualification of Bidders is hereby APPROVED. The Clerk of this Board is directed to publish a Notice to Contractors in accordance with Section 20125 of the Public Contract Code, inviting Statements of Pre- Qualification for said work, said Notice to be published in & G, Wb ,7 ,toter 26, 2003. Orig. Dept.: General Services Dept. - Capital Projects Management Division cc: general Services Department Capital Projects Management Division Accounting File: 250-0237/A.5 hereby certify that this is a true and correct Auditor-Controller COPY of an action taken and entered on the Sheriff-Coroner (via CPM) minutes of the Board of Supervisors on the ACSI(via CPM) date shown ATTESTED..- sr:c JOHN SWEETEN, Clerk of t Board of Supervisors and County Administrator By. ` , � - % Deputy HA002\2500237\02L03702 8b.doc NOTICE OF REQUEST FOR.PRE-QUALIFICATION OF BIDDERS Notice is hereby given by order of the Board of Supervisors of Contra Costa County("County") that all bidders must be pre-qualified prior to receiving bid documents for or submitting a bid on: REMODELING OF CENTRAL CONTROL AT THE MARTINEZ DETENTION FACILITY, 1000 WARD STREET, MARTINEZ, FOR THESHERIFF- CORONER Budget Dine Item No. 4411-4139 Authorization No. 0928-W H139D It is mandatory that all Contractors who intend to submit a bid fully complete the Request for Pre-Qualification of Bidders, provide all materials requested herein, and be approved by the County to be on the final qualified Bidders list. No bid documents will be issued to and no bid will be accepted from a Contractor that has failed to comply with these requirements. If two or more business entities submit a bid as part of a Joint Venture, or expect to submit a bid as part of a Joint Venture, each entity within the Joint Venture must be separately qualified to bid. Answers to questions container) in the Request for Pre-Qualification of Bidders package, information about current bonding capacity,notarized statement from surety, and the most recent reviewed or audited financial statements, with accompanying notes and supplemental information, are required. The County will use these documents to determine which Contractors are qualified to bid. The County reserves the right to check other sources available. The County's decision will be based on objective evaluation criteria. The Countyreserves the right to adjust, increase, limit, suspend, or rescind the pre-qualification rating based on subsequently learned information. Contractors whose rating changes sufficient to disqualify them will be notified, and given an opportunity for a hearing consistent with the hearing procedures described below for appealing a pre-qualification rating. While it is the intent of the Request for Pre-Qualification package and documents required therewith to assist the County in determining bidder responsibility prior to bid and to aid in selecting the lowest responsible bidder, neither the fact of pre-qualification, nor any pre- qualification rating,will preclude the County from a post-bid consideration and determination of whether a bidder has the quality, fitness, capacity and experience to satisfactorily perform the proposed work, and has demonstrated the requisite trustworthiness. Pre-Qualification submittals shall be sealed and shall be submitted to the Senior Capital Facilities Pro"ect Manager, Steve Jordan Capital Projects Managgement Division Office 1220 MoreLIQ Avenue Suite 100 Martinez 94553-4711 on or before the 6th day of November,2003 at 2:00 p.m. Contractors who submit a complete pre-qualification package will be notified of their qualification status no later than fifteen business days after the above submission deadline. The estimated construction contract cost is$700,000 to $900,000. Construction is scheduled to commence in winter 2004,with an estimated duration of 200 to 240 calendar days. The successful bidder for this project will be required to hold a valid California Class C-7 Low Voltage Systems or Class C-10 Electrical Contractor license. The work includes replacement of existing security-control, intercom, and ultrasonic personal duress alarm systems, upgrading of branch circuit wiring, CCTV, and security camera equipment and components, and providing a new uninterrupted power supply (UPS) system at an existing detention facility that will be occupied throughout construction. The Request for Pre-qualification package may be examined at the County Capital Projects Management Division office, 1220 Morello Avenue, Suite 100, Martinez, California 94553- 4711. Pre-qualification packages (not including documents included by reference) may be obtained from the same location at no charge. The Capital Projects .Management Division does not guarantee the arrival of the pre-qualification package in time for submittal. Pre-qualification packages will not be sent by the County via overnight mail. No partial sets will be issued. The pre-qualification packages (questionnaire answers and financial statements) submitted by Contractors are not public records and are not open to public inspection. All information provided will be kept confidential to the extent permitted by law. However, the contents may be disclosed to third parties for purpose of verification, or investigation of substantial allegations, or in the appeal hearing. State law requires that the names of contractors applying for pre- qualification status shall be public records subject to disclosure, and. the Qualification Form 2 — Applicant Identification form will be used for that purpose. The Request for Pre-Qualification of Bidders package must be signed under penalty of perjury in the manner designated, by an individual who has the legal authority to bind the Contractor on whose behalf that person is signing. If any information provided by a Contractor becomes inaccurate, the Contractor must immediately notify the Senior Capital Facilities Project Manager at the above address, and provide updated accurate information in writing, under penalty of per ury. The County reserves the right to waive minor irregularities and omissions in the information contained in the pre-qualification application submitted, to make all final determinations, and to determine at any time that the pre-qualification procedures will not be applied to a specific future public works project. The County may refuse to grant pre-qualification where the requested information and materials are not provided. There is no appeal from a refusal for an incomplete or late application. Where a timely and completed application results in a rating below that necessary to pre-qualify, an appeal can be made. An appeal is begun by the Contractor delivering notice to the Senior Capital Facilities Project Manager, Steve Jordan, at the above address, of its appeal of the decision with respect to its pre-qualification rating,no later than ten business days after receipt of the County's pre-qualification determination. Without a timely appeal, the Contractor waives any and all rights to challenge the decision of the County, whether by administrative process, judicial process or any other legal process or proceeding. If the Contractor gives the required notice of appeal and requests a hearing, the hearing shall be conducted so that it is concluded in a timely manner after the County's receipt of the notice of appeal. The hearing shall be an informal process conducted by a panel to whom the County has delegated responsibility to hear such appeals (the "Appeals Panel"). At or prior to the hearing, the Contractor will be advised of the basis for the County's pre-qualification determination. The Contractor will be given the opportunity to present information and present reasons in opposition to the rating. Within five business days after the conclusion of the hearing, the Appeals Panel will render its decision. It is the intention of the County that the date for the submission and opening of bids will not be delayed or postponed to allow for completion of an appeal process. Note. A contractor may be found not pre-qualified for bidding on a specific public works contract to be let by Contra Costa County, if the contractor does not meet the County's requirements. In addition, a contractor may be found not pre- qualified for either: (1)Omission of requested information or (2) Falsification of information Technical questions regarding the pre-qualification package should be directed to the Capital Projects Management Division at telephone number(925) 313-7200. Please note that a project labor agreement (PLA) with the Contra Costa Building and Construction Trades Council and various craft unions applies to any awarded contract that exceeds $1,000,000.00. Note also that State of California prevailing wage requirements will apply to this project. The Contra Costa County Board of Supervisors encourages opportunities to develop and support Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for participation in the performance of construction contracts financed in whole or in part with County funds. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY JOHN SWEETEN, Clerk of the Board of Supervisors and County Administrator Lena O' Neal, Deputy _ PUBLICATION DATES: October 17, October 18, October 19, October 20, October 21 October 22 October 23, October 24,October 25, and October 26 2003