HomeMy WebLinkAboutRESOLUTIONS - 01012001 - 2001-100 C:• t/oA
File: 250-0048B.4.1
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order of March 6, 2001, by the following vote:
AYES: Supervisors Gioia, Gerber, DeSaulnier, Glover and Uilkema
NOES: None
ABSTAIN: None
ABSENT: None
RESOLUTION NO.2001/100
SUBJECT: Approving Plans and Specifications for
Fire Alarm System Upgrade, 725 Court Street,
Martinez for Superior Court
(CP #00-93)
Budget Line Item No. 4403-4171
Authorization No. 0928-WH171B
WHEREAS plans and specifications for Fire Alarm System Upgrade, 725 Court Street,
Martinez for Superior Court, have been filed with the Board this day by the Director of General
Services; and
WHEREAS plans and specifications were prepared by Schirmer Engineering Corporation;
and
WHEREAS the cost estimate for the initial construction contract is $261,000.00; and
WHEREAS the Board has obtained the general prevailing rates of wages, which shall be
the minimum rates paid on this project; and
WHEREAS the Board hereby DETERMINES that the project is a California
Environmental Quality Act (CEQA) Class IF Categorical Exemption; DIRECTS the Director of
Community Development to file a Notice of Exemption with the County Clerk; and DIRECTS
the Director of General Services to arrange for payment of the $25.00 handling fee to the County
Clerk for filing the Notice of Exemption and a $25.00 handling fee to Community Development
for administration processing costs;
IT IS BY THE BOARD RESOLVED that said plans and specifications are hereby
APPROVED. Bids for this work will be received on April 12, 2001 at 2:00 p.m., and the Clerk
of this Board is directed to publish a Notice to Contractors in accordance with Section 22037 of
the Public Contract Code, inviting bids for said work, said Notice to be published in
the Contra Costa Times . The Director of General Services is
directed to mail notices to the constriction trade journals specified in Section 22036 of the
Public Contract Code at least 30 days before the date of opening the bids.
IT IS FURTHER RESOLVED that the Director of General Services, or his designee, is
AUTHORIZED to issue bid Addenda, as needed, for clarification of the contract bid
documents, provided the involved changes do not significantly increase the cost estimate for the
initial construction contract.
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 March 6. 2001
JOHN SWEETEN, CLERK OF THE BOARD AND
CO ADMINIST Tra
Orig. Dept.: General Services Dept. - Architectural Di�isicn. BY DEPUTY
cc: General Services Department
Architectural Division
G.S. Accounting
File: 250-0048/A.5
Auditor-Controller
Community Development
K. Piona
Superior Court
RK:tb
I 1:\2000\2500048\00L04825b.doc
-- ---- -- --
250-0048/B.4.1
NOTICE TO CONTRACTORS
Page I of 3
DIVISION A. NOTI E 10 CMURACTORS
(Advertisement)
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the
Director of General Services will receive bids for the Ru-nishing of all labor, materials,
equipment, transportation and services for:
FIRE ALARM SYSTEM UPGRADE, 725 COURT STREET, MARTINEZ, FOR
SUPERIOR COURT
Budget Lie Item No. 4403-4171
Authorization No. 0928-WH 17 IB
Bid pm sals shall he scaled alld shall he submitted-to the Dirgetor of Gen"al S
Arch I itectural Ed3jslon Olffier. 1220 Murelloveuug.Suite I ML Martinez 24552=471 1—nn-or
before ft12thc of AnalL 2041 day oof at 2:00 ILm., and will be opened in public
immediately-after the time due in the Architectural Division Conference Room, 1220 morello
Avenue,Suite 100,Martinez, California 94553-4711.
The estimated construction contract cost is$261,000-00.
The prime contractor for this project shall hold a valid Class C-10 Electrical Contractor license.
The work includes furnishing and installation of a complete Fire Alarm supervisory systein,and a
hard wired one-way communications system.
Each bid is to be in accordance with the drawings and specifications on file at the Office of the
Clerk of the Board of Supervisors,First Floor, County Administration Building, 651 Pinc Street,
Martinez,California.
The drawings and specifications may be examined at the County Architectural Division office,
1220 Morello Avenue, Suite 100,Martinez,California 94553-4711. Drawings and specifications
(not including documents included by reference) and proposal forms, may be obtained by
prospective bidders at the County Architectural Division office, upon payment of a printing and
service charge in the amount of $25.00 (sales tax included) which amount shall not be
refundable. Drawings and specifications may be ordered by mail for an additional shipping
and handling fee of$5.00. Checks shall be made payable to "The County of Contra Costa" and
may be mailed to the Architectural Division, 1220 MorefJo Avenue, Suite 100, Martinez,
California 94553-4711. The Architectural Division does not guarantee the arrival of the
drawings and specifications in time for bidding. Drawings and specifications will not be sent
overnight mail. No partial sets will be i33ucd.
Prospective bidders may obtain copies of the County's log of contractor plan holders by calling
the Architectural Division at (925) 313-7200 or by submitting a written request via FAX no.
(925) 313-7299. Requests for copies of the plan holders log cannot be accepted after 5:00 p.m.
of the day before the bids are due.
Technical questions regarding the contract documents should be directed to the Architectural
Division at telephone number(925)313-7200.
Each bid shall be made an the bid farm issued with the specifications, and must be accompanied
by bid security in the form of cash, a certified check, cashiers check, or bid bond in the amount
1i.-%2000\250L%MWL04827x,doc DIVISION A- I
250-0048/B.4.1
NOTICE TO CONTRACTORS
Page 2 of 3
of the ton percent (10%) of the base bid amount, made payable to the order of"The County of
Contra Costa!'.
The bid security shall be given as a guarantee that the bidder will enter into a contract if awarded
the work, and will be forfeited by the bidder and retained by the County if the successful bidder
refuses, neglects or fails, to enter into said contract or to furnish the necessary bonds and
insurance certificates after being requested to do so by the Board of Supervisors of Contra Costa
County.
Bidders are hereby notified that securities may be substituted for any monies withheld by the
County of Contra Costa to ensure performance under the construction contract, in accordance
with Public Contract Code Section 22300 and the General Conditions of the Contract. Such
securities shall be valued by the County Treasurer Tax Collector, whose decision shall be final.
Also, types of securities which are not listed in Government Code Section 16430 or Public
Contract Code Section 22300 must be approved as eligible for investment under Public Contract
Code Section 22300 by the County Treasurer-Tax Collector before bid opening. Ufflem such
securities are prequalified before bid opening, they shall not be accepted by the County as
security.
The successful bidder will be required to furnish a Payment Bond in an amount equal to one
hundred percent (1000/9) of the Contract price and a Faithful Performance Bond in an amount
equal to one hundred percent (100%) of the Contract price, said bonds to be secured from an
admitted surety insurer authorized by the Insurance Commissioner to transact business of
insurance in the State of California. Each bond shall be issued on the form set forth in the
specifications.
Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law
applicable therein,the said Board has obtained the general prevailing rate of per them wages and
rates for legal holidays and overdine work in the locality in which this work is to be performed
for each type of wo*rnau or mechanic required to execute the contract which will be awarded to
the successful bidder. The prevailing rate of per them wages is on Me with the Clerk of the
Board of Supervisors.
The Contra Costa County Board of Supervisors enoourases opportunities to develop and support
Minority Business Enterprises {MBEs), Women Business Enterprises (WDES), Small Business
Enterprises (SBEs),, and Local Business Enterprises (LBF-s) by providing opportunities for
participation in the performance of construction contracts fb=ted in whole or In part with
County funds. MBE, WBE. SBE, and L13E definitions and detailed information are included in
Division E of the Specifications. A pre-bid conference will be held on March 21, 2001, at
2.-00 p.m., in the Contra Costa County Architectural Division office, 1220 Morello Avenue,
Suite 100, Martinez, California. Discussion will cover recommended outreach efforts,
resources and any other subjects of interest to attendees.
Because of the restrictive nature of the facility, the site will 9"1 be open for Inspection by
bidders on Tuesday, April 3, 2001 and Tuesday, April 10, 2001. Inspection tours will
11 be
conducted on these dates by a representative of the County's Architectural Division- Tours will
begin promptly at 10:00 a.m., starting at the side entrance on the north side near the comer of
Pine Street and Main Street at 725 Court Street, Martinez. No other site tours will be held.
The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive
any irregularity in any bid received- Bids may not be withdrawn for a period of 60 days after the
date set for opening thereoC
DTVTSTnN A -
250-0048/R.4.1
NOTICE TO CONTRACTORS
Page 3 of 3
BY ORDER OF THE BOARD OF SUPERVISORS
OF CONTRA COSTA.COUNTY
JOHN SWEETEN,
Clerk of the Board of Supervisors
and County Administrator
By,
Deputy
Dated:
PUBLICATION DATES.
HA2000\250004MOLME2TOW DIVISION A-3
'A.
LEGAL PUBLICATION REQtJISTION
�- Contra Costa County
From: Clerk of the Board To: Contra Costa Times
651 Pine St., Room 106 PO Box 5124
Martinez, CA 94553 Walnut Creek, CA 94596
Requested by: n.... 0,
o Date: 3- �-Q 1
Phone No: 912�-L-3T-5 ROg Reference No: .�C? ,
Org: Sub Object: ol 19_ Task: S ^_Activity:WAJ-' ,Q3
Publication Date (s):
No. of Pages:
LEGAL PUBLICATION- ",,""', A v4-1�'A a 4084,vK�
7
JA t A Aft k 4- LL- I-A. -A,
****Immediately upon expiration of publication,****
send in one affidavit for each publication in
order that the auditor may be authorized to pay your bill.
Authorized Signature: CL 0 tt A4 00-1)
Please confirm date of publication & receipt of this fax.
250 48 - .1
C S
e 0
-50%
T TO 0 C S
OT C OY
Pa e o
DIVISION A. )CONTRACIORS
(Advertisement)
Notice Is hereby given by order of the Board of Supervisors of Contra Costa County, that the
Director of General Services will receive bids for the furnishing of all labor, materials,
equipment, transportation and services for:
FIRE ALARM SYSTEM UPGRADE, 725 COURT STREET, MARTINEZ, FOR
SUTEWOR COURT
Budget Line Item No. 4403-4171
Authorization No. 0928-V;H.17 1B
Bid proposals shall he-sealcd axid-iliall he submitted to the Dirgetor of Geg"Al ScrviC.
Architectural DiviAgn Offset, lZ20 Mqrella-Avenux.Suite 100.Martinez. 9_45,51:411 1.on o
before he ,12th day of April, 2001 day of ut 2:00 p.m., and will be opened in public
immediately-after the time due in the Architectural Division Conference Room, 1220 Morello
Avenue, Suite 100,Martinez, California 94553-4711,
The estimated construction contract cost is$261,000-00.
The prime contractor for this project shall hold a valid Class C-10 Electrical Contractor license.
The work includes furnishing and installation of a complete Fire Alarm supervisory system and a
hard wired one-way communications systatrt.
Each bid is to be in accordance with the drawings and specifications on file at the Office of the
Clerk of the Board of Supervisors,First Floor, County Administration Building, 651 Pine Street,
Martinez,California.
The drawings and specifications may be examined at the County Architectural Division office,
1220 Morello Avenue, Suite 100,Martinez, California 94553-4711. Drawings and specifications
(not including documents included by reference) and proposal forms, may be obtained by
prospective bidders at the County Architectural Division office, upon payment of a printing and
service charge in the amount of $25.00 (sales tax included) which amount shall not be
refundable. Drawings and specifications may be ordered by mail for an additional shipping
and handling fee of$5.00. Checks shall be made payable to "The County of Contra Costa!' and
may be mailed to the Architectural Division, 1220 Morello Avenue, Suite 100, Martinez,
California 94553-4711. The Architectural Division does not guarantee the arrival of the
drawings and specifications in time for bidding. Drawings and specifications will not be sent
overnight mail. No pax-tial sets will be issued.
Prospective bidders may obtain copies of the County's log of contractor plan holders by calling
the Architectural Division at (925) 313-7200 or by submitting a written request via FAX no.
(925) 313-7299. Requests for copies of the plan holders log cannot be accepted after 5:00 p.m.
of the day before the bids are due.
Technical questions regarding the contract documents should be directed to the Architectural
Division at telephone number(925)313-7200.
Each bid shall be made on the bid form issued with the specifications, and must be accompanied
by bid security in the form of cash, a certified check, cashiers check, or bid bond in the amount
tONTRA S
TI7t C P Page 2
of the ton percent (100%) of the base bid amount, made payable to the order of"The County of
Contra Costa".
The bid security shall be given as a guarantee that the bidder will enter into a contract if awarded
the work-, and will be forfeited by the bidder and retained by the County if the successful bidder
refuses, neglects or fails, to enter into said contract or to furnish the necessary bonds and
insurance certificates after being requested to do so by the Board of Supervisors of Contra Costa
County.
Bidders are hereby notified that securities may be substituted for any monies withhold by the
County of Contra Costa to ensure performance under the construction contract, in accordance
with Public Contract Code Section 22300 and the General Conditions of the Contract. Such
securities shall be valued by the County Treasurer-Tax Collector, whose decision shall be final.
Also, typos of securities which are not listed in Government Code Section 16430 or Public
Contract Code Section 22300 must be approved as eligible for investment under Public Contract
Code Section 22300 by the County Treasurer-Tax Collector before bid opening. Unless such
securities are prequalified before bid opening, they shall not be accepted by the County as
security.
The successful bidder will be required to furnish a Payment Bond in an amount equal to one
hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount
equal to one hundred percent (100%) of the Contract price, said bonds to be secured from an
admitted surety insurer authorized by the Insurance Commissioner to transact business of
insurance in the State of California. Each bond shall be issucd on the form set forth in the
specifications.
Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law
applicable thereto,the said Board has obtained the general prevailing rate of per them wages and
rates for legal holidays and overtime work in the locality in which this work is to be performed
far each type of workman or mechanic required to execute the contract which will be awarded to
the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the
Board of Supervisors.
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 (LBU-s) by providing opportunities for
participation in the performance of construction contracts financed in whole or in part with
County funds. MBE, WBE. SBE, and LBE definitions and detailed information are included in
Division E of the Specifications. A pre-bid conference will be held on Mgrcb 21, 2001, at
2:00 p.m., in the Contra Costa County Arehitectural Division office, 1220 Morello, Avenue,
Suite 100, Martinez, California. Discussion will cover recommended outreach efforts,
resources and any other subjects of interest to attendees.
Because of the restrictive nature of the facility, the site will PAI-Y be open for Inspection by
bidders on Tuesday, April 3, 2001 and Tuesday, April 10, 2001. Inspection tours will be
conducted on these dates by a representative of the County's Architectural Division- Tours will
begin promptly at 10:00 a.m., starting at the side entrance on the north side near the comer of
Pine Street and Main Street at 725 Court Street, Martinez. No other site tours will be held.
The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive
any irregularity in any bid received- Bids may not be withdrawn for a period of 60 days after the
date set for opening thereof.
13 t25 l T � A�-
250-U 18.4.1
BY ORDER OF THE BOARD OF S'f JPERVISORS
OF CONTRA.COSTA COUNTY
JOHN SWEETEN,
Clerk of the Board of Supervisors
and Co ty A inzstrator
By: M ° ZiUiat,
eputy Ann Cervelli
Dated: Marr6?SM?_
PUBLICATION DATES:
March' 12, 2001
440