Loading...
HomeMy WebLinkAboutMINUTES - 06222004 - C.145 TO: BOARD OF SUPERVISORS ;; ',. CONTRA FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES ft COSTA DATE: JUNE 22, 2004 COUNTY SUBJECT: ACCEPT FINAL REPORT ON THE JOB ORDER CONTRACTING PILOT PROGRAM, APPROVE BID DOCUMENTS FOR TWO NEW JOB ORDER CONTRACTS (JOG-002 AND JOC-003) AND DIRECT THE CLERIC T BOARD TO ADVERTISE FOR BIDS TO BE RECEIVED JULY 29, 2004 i SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. ACCEPT the final report on the Job Order Contracting (JOC) Pilot Program. 2. APPROVE two new Job Order Contracts with maximum contract values of $2,000,000 and $1,000,000. 3. APPROVE the JOC bid documents including the General Conditions, Technical Specifications, and the Construction Task Catalog. 4. DIRECT the Clerk of the Board to advertise for bids to be received on July 29, 2004. FINANCIAL, IMPACT JOC work orders are issued when there is an approved project and funding. The maximum contract values of $2 million and $1 million are limits (not actual appropriated dollars), and it is possible that the limits may not be reached. Having these limits allow for efficiency and flexibility in accomplishing work up to those limits. Based on the results of the JOC pilot program, the County can expect construction cost savings on the order of 8%, and administration cost savings of approximately 40%. The total estimated annual cost savings for the proposed two new Job Order Contracts are approximately $400,000. The consultant (The Gordian Group) retained by General Services to establish and support the JOC program will continue to receive a licensing fee of five percent (5%) of the first five million dollars of work that General Services authorizes under the JOC program (including the pilot program) and an additional one and one half percent (1.5%) for any authorized work over five million dollars. The licensing fee is paid as a percentage of authorized work orders on a cumulative basis. Consultant costs have been factored into the estimated cost savings noted above. CONTINUED ON ATTACHMENT. X YES SIGNATt12 "v u .x a . RECOMMENDATION OF COUNTY ADMINISTRATOR —RECOMMENDATfCNOFBOARD't,�OMMITTEE ----KP—PROVE OTHER SIGNATURE(S): ACTION OF BOAR I'D ! `DUNE 22� 2004 APPROVED AS RECOMMENDED XX OTHER VOTE OF SUPERVISORS XX UNANIMOUS(ABSENT I & V ) AYES: NOES: ABSENTS: ABSTAIN: MEDIA CONTACT:BARTON J.GILBERT(313-7100) Originating Dept.:General Services Department cc: General Services Department t HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN Capital Projects Management Division AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISORS ON THE DATE SHOWN, CPM File: 000-030118.4.1 ,TUNE 22 2004 000-0301/A.5 ATTESTED County Administrator's Office JOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS County Counsel AND COUNTY ADMINISTRATOR Auditor Controller The Gordian Group(via CPM) (via CPM) BY ,-- —, DEPUTY H:\2004\0000404\04A004002b.doc RL:tb Page 1 of 2 M382(10/88) ACCEPT FINAL REPORT ON THE JOB ORDER June 22, 2004 CONTRACTING PILOT PROGRAM, APPROVE BID DOCUMENTS FOR TWO NEW JOB ORDER CONTRACTS (JOC-002 AND JOC-003) AND DIRECT THE CLERIC OF THE BOARD TO ADVERTISE FOR BIDS TO BE RECEIVED JULIA'29, 2004 BACKGROUND Public Contract Code Section 20128.5 authorizes annual job order contracts, with a maximum contract value of $3 million, for repair, remodeling, or other repetitive work on County buildings. The goals of the JOC program are to assist General Services to provide quality work, competitive costs, and improved responsiveness in completing small to medium-sized building construction projects, while also complying with the County's Outreach and Small Business Enterprise (SBE) Programs. JOC Pilot Proaram Results The one-year JOC pilot program was completed on May 12, 2004. A final report describing the results of the pilot program is attached. To summarize, the JOC program resulted in $286,587 in project cost savings and an average reduction in the amount of time to procure construction services of 35 days per project, with individual project timesaving as much as three months. The County's Small Business Enterprise (SBE) program requirements were exceeded with an overall participation rate of 63% or $1,124,832 of the $1,785,447 authorized under the JOC contract. In addition, subcontractors performed 74% ($843,506) of the JOC work subject to the subcontracting requirements of the Outreach program. Continuation of JOC Program and Solicitation for Bids With the positive results from the pilot program, General Services recommends soliciting for two new JOC contracts. These annual JOC contracts will be competitively bid. Having a permanent JOC program will increase General Services' ability to efficiently complete building repair, remodeling, and other construction projects. One of the JOC contracts will have a maximum contract value of$2 million and the other contract will have a maximum contract value of $1 million. The $2 million contract will be used primarily for medium-sized remodeling projects. The $1 million contract will be used primarily for smaller-sized repair projects. Having two JOC contracts increases capacity and permits additional flexibility in issuing job orders. For example, if one of the JOC contractors has reached its capacity to take on new work, the other JOC contract can be utilized to complete the project in a timely manner. The bid documents for the two new JOC contracts have been prepared and are ready to be advertised for bids. The bid documents include an extensive unit price catalog of construction tasks, associated technical specifications, and the general conditions. It is recommended that the bid documents be approved and that bids be received. A recommendation for award of the JOC contracts will be brought before the Board at a later date. The County's Outreach Program and the SBE Program requirements will continue to apply as they did during the pilot program. For the JOC program, the SBE requirements will continue to be enhanced by requiring SBE participation goals for projects up to $50,000 instead of the standard $25,000 limit. Attachment H:\2004\0000404\04A004002b.doc Page 2 of 2 M382(10/88) CSTA COUNTY jet` e31 e epartxrment . Barton J. Gilbert RVICES Director i�i aux d I ll Mickey Davis 9 Deputy Director Michael J. Lango Deputy Director Davida Amenta Administrative Services Officer TO: Scott Tandy, Chief Assistant County Administrator FROM: Mike Lango, Deputy General Services Director DATE: June 4, 20104 SUBJECT: JOB ORDER CONTRACT PILOT PROGRAM FINAL REPORT Included with this memo is the final Job Order Contract OOC) pilot program report. The report describes the activities of the JOC program during the one-year period of the pilot program from May 13, 20013 through May 12, 2004 including the results of the JOC program in terms of cost savings and compliance with the County's Outreach and SBE Program requirements. To summarize, the JOC program resulted in $286,587 in project cost savings and an average reduction in the amount of time to procure construction services of 35 days per project, with individual project timesaving as much as 3 months. The County's Small Business Enterprise (SBE) program requirements were exceeded with an overall participation rate of 63% or $1,124,832 of the $1,785,447 authorized under the JOC contract. Relative to the Mandatory 'Subcontracting Minimum (MSM) requirements of the Outreach program, subcontractors performed 74% ($843,506) of the JOC work even though the actual MSM requirement was only 30%for each project. Due to the success of the JOC pilot program General Services will schedule a Board Order requesting authorization to bid for two new JOC contracts. If you have any questions about the JOC program results or the information in the report, please let me know. c: Bart Gilbert, Director of General Services Laura Lockwood, Director of Capital Facilities and Debt Managernent Rob Lim, Capital Projects Division Manager Emma Kuevor, Affirmative Action Officer i 1220 Morella Avenue, Suite 100 • Martinez, CA 94553 (925) 313-7100 Phone • (925) 313-7108 Fax 1 JOB ORDER CONTRACT PILOT PROGRAM FINAL REPORT DEPARTMENT OF GENERAL SERVICES MAY 13, 2003 - MAY 12, 2004 Introduction This report provides a summary of the Job Order Contract (IOC) pilot program activities and program evaluation for the entire one-year term of the contract (May 13, 2003 through May 12, 2004). The Board of.Supervisors approved the JOC program on May 13, 2003 when the competitive bid contract was awarded. The JOC program was established as an alternative method to procure construction services to provide greater flexibility, reduced time, and cost savings for remodeling and repair work. Job Order Contract Pro ects Forty-four projects were authorized under the JOC contract with a total construction value of$1,785,447. JOC projects ranged from $444 to $281,808 with an average project cost of$40,578. Job Order Contract Evaluation Summary The attached JOC Project Summary Report highlights the program activities during the one-year pilot program. The time and cost to procure JOC construction services is noted as well as the percentage of JOC work that was subcontracted in accordance with the Mandatory Subcontracting Minimum (MSM) requirements of the County's Outreach Program. The percentage of JOC work that was performed by Small Business Enterprise (SBE)firms is also provided. With the exception of four projects that experienced delays not attributable to the JOC process,the time to issue JOC projects varied between 3 and 108 days. The average time to process a JOC work authorization was 39 days. For projects under $50,000, the average time to issue JOC work authorizations was 34 days and for projects subject to the County's Outreach program requirements, the average time to issue work authorizations was 58 days. This represents an average reduction in contracting time between 26 and 72 days, or an average timesaving of 35 days per project, when compared to traditional construction procurement processes. JOC construction costs ranged from $31,808 higher to $124,219 lower than estimated construction costs on a per project basis. Overall, JOC construction costs were $251,499 less than estimated construction costs. The average construction cost savings was 8%($5,716) per project. Typical project administration costs would have been approximately $202,250 compared to JOC program actual project administration costs of $77,890. The average project administration cost savings was 40% ($2,82-6)per project. Overall, when compared to traditional construction procurement and delivery methods, the total JOC program cost savings was $375,859. The JOC program consultant fees were $89,272. Therefore, the net construction and project administration cost savings of the JOC program was $286,587. These cost savings exceed the cost savings anticipated prior to implementation of the JOC program. Outreach Program Compliance The JOC program requires that all projects over $50,000 comply with the County's Outreach Program, including Mandatory Subcontracting Minimum (MSM) requirements, prior to issuance of a JOC work authorization. There were nine JOC projects over $50,000 with a combined construction value of $1,139,873. Although the MSM requirement for these projects was 30% for each project, subcontractors performed 74%($843,506) of the work. SBE Program Participation The JOC program requires that SBE firms perform 50%of the construction value of work for projects under $50,000. This requirement is an SBE Program enhancement in that SBE participation for traditional contracting is limited to projects under $25,000. There were 35 JOC projects under $50,000, which totaled $645,574. SBE firms performed 67% (432,535) of this work. The SBE participation average for all JOC contracted work was 63%($1,124,832) of$1,785,447. JOC Program Consultant and Contractor Services The JOC program consultant, The Gordian Group, provided professional support services to ensure the success of the JOC program. These services included technical support of the JOC program software,JOC management reports, evaluation of construction costs to update the JOC Construction Task Catalog, and review of JOC proposals to verify quantity and cost. The total fees paid to Gordian were $89,272. The JOC contractor, Norse Construction/B.C. Services Joint Venture, was generally responsive and the quality of the work was good. However, during the pilot program period there was a change in ownership and responsible personnel of the JOC contractor. This resulted in a slow-down in the performance of authorized JOC projects. To remedy this situation, General Services slowed the pace of new JOC work authorizations to allow the JOC contractor to complete already authorized projects. In the future, having more than one JOC contractor will provide better safeguards for work performance and management of project workload. There were no JOC contractor claims or change orders during the pilot program period. Conclusion The JOC program has resulted in construction project delivery cost savings of $286,587. in addition, an average of 35 days per project in timesavings was achieved. The JOC program has complied with the requirements of the County's Outreach Program and SSE Program requirements have been exceeded. Recommendation Direct General Services to prepare and schedule a Board Order requesting authorization to bid for two JOC contracts with a combined value of$3 million. y 3> w t] C! o m m m cmc -, C7 ^: 70 7+ N RSI 0 A V (D m ° m ;; d t!J 00 a m Ct 1D 0 � � A > b (D0) � oa � cn 4 cyst `+ a D N us 0 t� o � o G) � p 3 c Ch :3m cry c m � c7 C� m- to � to mooU) CD " 3 to N N tU vi y cm CL CL CL A N Z m e Cl N N N i�0 C71 s CA) r© ISI W V Chit �f � ti co- to to "y( W IA CA r� z G) c c(o ro� o m tj O 3 79. O W V c o8 m CD o m ma0 c W to ' U o v v ro ri o NVLL N 0 N N V 0 tD f!] 7 CD N iA 6A 4A h3 07 CJ b W 00 !V Q! tt7 CA p O C7 O C7 C7 O a O Cn to;D t7 O Cl S C7 Y d{ m Sol C'l Ych co C7 3 to 0 I U O ;tD O O 1b W U � A W •+ .. � N Y W N « N N N N N N N N IN N N N N « N « O cr f7i A 6Vl ;m i tNp d A V W N f W W W fi W CA A �4 W 1 N QN N � � (�✓) C _ n Y W N N N N « N N N « N « N N « N N « N C) 01 pp I0b � Ch to in Y Y 'm N w 2 ZZ Z �Z Z Z 2 Z Z Z 22 Z Z 2 Z Z Z n N �b Y D D D D Y D D b D 7> b D b D D D a 9 ti O j m m V 1 O ae � �O I f!/ m 1 y N N W W W m I aR r I m � y � 1 o - We m @ � � m CD 94 m b� A A A A A A A A W N N N C a N CJ 4] !D Cp W 0 w 'm 'Q N 4Ai S V W A "m4 V d Y Y A r N� V. 3 PN d IW v N a N m � a N « N « « N « N « +» w « « a N « N « w o h 9 tea ` !� S S w "8g' � to O © N to A A A A A ltn W ilf .+ IV � •� �• i7 CJs Ch th A t0 Cg N tl � N W � � fA L9 O Z 2 Z •Z 14 b I 1 fC5 tl tl v ti 1 W m N tl j a ra- fA 1 v e N ib N « « « N « N h b' ypVy fA0 CC��� �Ny pO m Gays tNC g W pp�� V N �CCpp t17 O tVJ Qi W A CtS W W A to 8S V N A v +�+� qp oq pq pq gp ggg o r m z> $ w � Qn c- qy N N J O O cr tq N Ep N N 6p N N �}Nr Y W ,�i, �' � 3•d, � 3e � � � � ae r'� o �' NQQ gN 5N� QNQ N yN� yNy�� � C M $ 0 N N N N N N N N ca ca oS 0� ca O pR Y a Qq qq Wq �_ 0: 9 O LD !9 Op 110 a 6 O 9 ro gg b b b > > ib D a JOC PROJECT SUMMARY REPORT Time Analysis(in days) J— JCX Process Typical JS to RFP RFP to JCS Total, Time Project JOC Savings # Protect Advertise to Process NTP Fe;ade Renovation,mise work @ Rodeo 1 Community Center 30 1 5 6 24 2 Bollard Removal @ Richmond Health Center 30 1 4 5 25 Facade Renovation,Additional Painting @ 3 Rodeo Community Center 30 36 7 43 -13 4 HVAC @ Summit Centre,Elevator 30 18 10 28 2 Fire Suppression System @ Delta Station, 5 Oakley 30 4 52 56 -26 6 HVAC Modifications @ Summit Centre 30 21 13 34 -4 Lobby Light Installation @ Delta Station, 7 Oakley 30 1 w 136 141 -111 i HVAC Modifications @ Crockett Community 8 Center 30 1 7 8 22 9 Mise Repairs,Sump Bump @ FS 79 30 10 22 32 -2 10 Floor Grinding @ CCRMC 30 1 7 8 22 11 Mise Repairs @ FS 79 30 7 16 23 7 12 HVAC Misc Work @ Richmond Health Center 30 7 16 23 7 13 HVAC Modifications @ Summit Centre 30 21 13 34 -4 Crack Repairs @ West County Detention 14 Facility 60 1 92 93 -33 15 Crack Repairs,Additional Work @ WCDF 30 1 39 8 47 -17 16 Tl Misc Work @ Delta Station,Oakley 30 30 34 64 -34 Repairs @ Fire Station 79,Stainless Steel 17 Work 60 1 64 1 65 .5 18 Security Fence Repairs @ WCOF 30 1 9 2 3 27 Time Analysis (in days) JU Process Typical JS to RFP RFP to JO Total, Time Project, JOc Savings # Project Advertise to Process NTP 19 Repairs to Fire Station No.3,Alamo 60 13 19 32 28 20 Crack Repairs,Demo&Shoring @ WCDF 30 1 17 18 12 21 ADA Improvements @ Delta Station,Oakley 30 1 105 106 -76 Re-Roofing Misc Work @ George Miller 22 Center,Richmond 30 7 1 8 22 Misc Work(plumbing,cabinetry,wall constr, 23 electr)@ Summit Centre 60 57 10 67 -7 24 Suite 130 Build-out @ Summit Centre 60 4 41 43 17 25 Suite 130 Electrical @ Summit Centre 60 1 9 10 50 Facade Renovation @ Rodeo Community 26 Center 60 28 a 250 281 -221 27 TI&Demolition @ Summit Center,Mtz 60 10 19 29 31 28 Suite 130 Datafrelecomm @ Summit Centre 60 1 8 9 51 29 Tenant Improvements @ Summit Center,Mtz 60 5 18 23 37 30 Suite 100 Data/Telecomm @ Summit Centre 60 1 11 12 48 31 Mechanical improvements @ Summit Centre 60 1 47 48 12 32 Suite 100 Build-out @ Summit Centre 60 6 41 47 13 33 Suite 100 Electrical @ Summit Centre 60 1 16 17 43 Door Modification @ Contra Costa Regional 34 Medical Center,Mtz 60 46 4 28 74 -14 35 HVAC Upgrade @ Richmond health Center 60 11 35 46 14 "36CI,wing and Preparation @ WCDF Bldg 1 130 11 29 40 90 Time Analysis (in days) Process Typical JS to RFP RFP to JO Total, Time Project, JOC Savings # Project Advertise to Process NTP Crack Repairs&Waterproof Sealant @ 37 WCDF Bldg 1 130 11 29 40 90 38 Repairs @ Fire Station 79 130 98 10 108 22 Re-Roofing @ George Miller Center, 39 Richmond 130 65 s 39 104 26 40 TI&HVAC Upgrade @ Delta Station,Oakley 130 3 49 52 78 41 Door Replacement @ CCRMC 130 110 e 60 176 -46 HVAC Upgrade @ Crockett Community 42 Center 130 8 36 44 86 Site improvements for IviRI Facility @ 43 CCRMC 130 1 47 48 82 Installation of Microwave Equipment,various 44 locations 130 1 30 31 99 Averages(w/o projects#7, 26,34, &41): 13.0 26.0 38.9 22 Averages (for projects only,see Note 7): 9.6 # 28,6 38.2 30 Notes: 1. JS to RFP=period of time from the joint scope walkthrough to issuance of the request for cost proposal 2. RFP to JO=time from request for proposal to issuance of the job order(notice to proceed);including time for contractor to conduct outreach&County review of good faith efforts. 3. Project was on hold then reactivated. 4. Delayed due to OSHPD review. 5. Project was priced twice due to a change in the scope of work;there was also a delay due to a hold on roof projects. 6. Project was re-scoped. 7. The calculation for these averages excludes supplemental(to the project)work orders and excludes projects 7, 26,34,&41. PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA County of Contra Costa 1cJ I am a citizen of the United States and a resident of the County aforesaid; I arcs over the age of eighteen years,; and not a party to or interested in the above-entitled matter. I am the Principal Legal Clerk of the Contra Costa Times, a newspaper of general circulation, printed and published at 26403 Shadelands Drive in the City of Walnut Creek, County of Contra Costa, 54558, And which newspaper has been adjudged a newspaper of general circulation by the Superior Court of the County of Contra Costa, State of California, under the date of October 22, 1534. Case Number 15764. The notice, of which the annexed is a printed copy (set in type not smaller than nonpareil), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to-wit: June 29 all in the year of 2004 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Executed at Walnut Creek, California. On thisv29 day of June 2004 1 Signature Contra Cota Times P O Box 4147 Walnut Creek, CA 94596 (925) 935-2525 Proof of Publication of: (attached is a copy of the legal advertisement that published) NOTICE TO CONTRACTORS Notice Is hereby Riven by order of the ward of Su- pervisors of Contra Costa County, that the Director of Generai Services will re- ceive bids for the furnish- Ing of all labor,materials, equipment,transportation and services for: JOB ORDER CONTRACT 002 Authorization No.WWO443 M ORDER CONTRACT 003 Authorization No. W WO44a aid prbpo"Is than $fit sealed and iuthiaalttad to am Of General 5 rtCe6Ckitr fes. #t6r0 k tmB. Suite IW,Margo" 4211.an or bofora!ha daY Of July, 20is+t at 2:00 pp M.,and will be opened In public Immediately af- ter the time due In the Capital projects Manage- ment Division Conference Room 1320 Morello Ave- nue, Wte 10 Martinez, California 9453-4711. This Advertisement for bids is for the award of two saparaia Job Order Contracts EJOCs). A JOC Is a comp Altivele bid, unit price. }ndef3n#fe quantity contract that is awarded to a Prime Contractor. Once awarded,work Is ac- suo npcesohIndividual diJob or. ders. Job Order Contract 002 awarded under this so- licitation will have a mini- mum value of$50;000 and a maximum value of 52,000,000 with an option for an additional 5500,000. Job Order Contract 003 will have a minimum val- ue of$50,000 and a maxi- mum value of$1,00010001 with an option for an addi- tional$ 0>0W.The Coun- ty reserves the right to is- sue job orders totaling less than the contract maximum value.Each con- tract will be for a term of 12 months.Job Order Con- tract 003 will have a maxi- mum valise of51 000 with an option ,000 for a term of 12 months. A bidder may bid on one or bpih of the DOCS. if the low bidder Is the same on both JOCs,the bidder will be ellgibie for recelving on- 1y one of the contracts. The basis of award,If the contracts are awarded will be the lowest total overall cost to the County. The prime Contractor for these Job Order Contracts shall hold a valid Class a General aullding Contrac- tor's license. The work Includes repair, alteration, modernization, maintenance, rehablilta- tion and demolition work erfarmedon boldin®s,of- sces,facilities,structtures, I nfrastructure,or other re- al property. Each bid Is to be in accord- ance with the Construc- tion Task Catalogg (CTC), Technical Spec[ cations, and Contract Speeiflca. tions on file at the Office of the Clerk of the Board of Supervisors,First Floor, County Administration Building, 851 Pin Street, Martinez,California. The Contract specifica- tions may be examined at the County Capital Proj- ects Mansgement Division office 1228 Morello Ave- nue, kulte 100 Martinez California 94553.4711. The CTC and Technical Specifi- cations are on CD-Rom, The CTC and Technical $pedficatlons on CD-Rom andpprbstsd Contract Spec- Ificatfons we®vaifablu for $25 {sales talc Included), which amount is not re- fundable. The CD-Rom and rintedContract Spec- ifica�ions may be ordered bnaafi for an additional sin?and handling fee of Cash purchases are to be for the exact amount only. Checks shall be made payable to 'the County of Contra Costa' artd shall be mailed to the Contra Cos- ta County General Serv- ices Department, Cappital Projects Management Dlvi- slon,1220 Morelia Avenue, suite Wo Martinez,Califor- nia 94S$i-4713. The Capl- tal Projects Management Division sloes not gen- tee the arrival of the CO- Rom and Contract Specifi- cations In time for bid- ding. Documents will not be sent overnight mail. No partial sets will be Is- sueed. Prospective bidders may obtain copies of the Coun- ty's log of contractor plan holders on the web at http;//www,co.contra- costa,ca.us/bepart/gsd/ pplanhold/ PlanFi9ldi.isLhtm tupdat- ed daily at 4.00 p.m.), or by calling the Capital Proj- ects Management Division at (9151 313.72M or by Submitting a written re- quest e- 313 7299 a FAX Requsts9 for copies of the plan holders lop cannot be accepted af- ter5:00 p.m.of the day be- fore the bids are due. Technical questions re- garding the contract docu- ments shall be directed in writing to the Capital Proj- ects Management Divi- sion at fax number(925) 313-f59. 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, cashier's check, or bid bond In the amount of ten percent (10%) of the po- tential maximum contract value (#2,066,660 or $1,060,000,made payable to the order of"The Z;oun- ty of Contra Costa." If a kidder is bidding on both contracts, a separate bid bond Is required for each bid. The bid security small be given d aguarantee wilenter inoa contract if awarded the work arod will be forfeited by bidder and re- tained by the County If the successful bidder refuses, neglects or fails to enter into the contract or to fur- nish the necessn bonds and insurance certificates after being requested to do so by the County. Bidders are hereby notl- fled that the Contractor may request flayment of contract reten#Ion directly Into escrow or may substi- tute securities for con- tract retention,as permit- ted by public Contract Code Section 22300. An l'proposed securities shalt So valued by the County Treasurer-Tax Collector, whose decision shall be ft- net. Types of securities other than those listed in Government Code Section 16430 or Public Contract Code Section 22340 must be approved as eiigfi3te for investrnerrt under Pub- lic Contract Code Section 22300 by the County Treasurer-Tax Collector before bid a . Un- less Stich Saouritfe5 are pro uatlfted before bid opening,they wIII not be accepted by the County as 5 rity. The successful bidder wilt be required to furnish a Payment Bond In an amount equal to one hun- dred percent (140%) of the maximum contract val- ue and a Faithful Perform- ance Bond in an amount equal to one hundred per- cent(100%) of the maxi- mum contract value,said bonds to be secured from an admitted surety insur- er authorized by the Insur- ance Commissioner to transact business of insur- ance in the State of Califor- nia. Each bond shalt be is- sued on the form set forth In the specifications. Bidders are hereby nott- feed that, pursuant to state statutes or local law the Board has obtalned the general prevailing rate of per them wages and rates for legal hotidayYS ocdality niwhich this work is to be performed for each type of worker or me- chanic required to per- form the contract to be awarded td the to bidder. The prevailing rate of per diem wages Is on file with the Clerk of the Board of Supervisors. The Contra costa Ccurty Board of Supervisors has adopted an thutreach Pro- gram and a Small Dust- ness Enterprise(SBE)Pro- gramto provide op for Minority Business Enterprises(MBEs),Wom- en Business Enterprises (+KBEs),Small Business En- terprises (SBEs), 1.9cal Business EnterIces BE (Ls).a Disabtedter- ans Business Enterprises (DV FS) to participate in con tion contracts awarded by the Board. ForJJo�b, orders up to M t50o,the County has as- tablished a 50% goal for SSE participation. €orob orders exceed#ng $100,000. the successful bidder(Prime Contractor) will be required to Per- form erform and document out- reach to MBEs, WBEs, SBEs. LBEs, and DVBEs. The Outreach program and$BE Program require. merits, including defint- tions,are described In Divi- sion E and Division G of the Specifications. A MANDATORY f+nrBld conference will be held an JULY 7th,2606 At 16t60 aaas Contra Costa Comfy"n- oral servilmfJe artrueret 5zwmo►allo Apvettue, Sam Roam,MartConinez ce Attendance at the above meeting is required. Fail- ure to attend will result in relectlon of the bidder's L The pre-bid confer- ence will cover the Out- reach Program,resources. and any other subjects of Interest to attendees. The Board reserves the right to reject any and ati bids or any Portion of any bld or waive any irrap- ularity In any bid received. Bids may not be with- drawn for a period of 60 days after the date set for opening thereof. SY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY JOHN SWEETEN, Clerk of the Board of Supervisorsand County Administrator By:EMY L SHARP, Deputy Dated:JUNE 22,2004 Legal CCT 0479 Pu63ish June 29,2004 _.: "Anashia Lloyd" To: EShara@cob.cccounty.us ` <alloyd@cctimes.com cc: > Subject: Re: JOB ORDER CONTRACT 002 AND 003 05/25/2004 02:12 PM ** LEGAL NOTICE CONFIRMATION ** TYPE: IN--COLUMN CLASSIFIED LINER Legal Number: 0479 PO#: 9'75 Publication: CCS' Run Dates) : 06/29 Amount: $301 .55 PLEASE NOTE: In addition to all of our offices being closed on Independence Day, Sunday, July 4, 2004, they will also be closed on Monday, July 5, 2004 . Anashia Lloyd Legal Advertising Coordinator (925} 943-8019 {925) 943-8359 - fax Contra Costa Times ATTN: Legal. Dept. P.O. Box 4718 Walnut Creek, CA 94596 EShar@cob.cccounty.us wrote: > Dear Anashia, > Please publish the above Notice to Contractors with Contra Costa Times Re: JOB ORDER CONTRACT 002 AND 003, under REF No. 975 on June 29, 2004 . > Thank you for your attention. > (See attached file: JOB ORDER CONTRACT #'s 002 AND 003 .doc) > > Emelda L. Sharp > Clerk of the Board > ------------------------------------------------------ ------------------ > Name: JOB ORDER CONTRACT #' s 002 AND 003 .doc > JOB ORDER CONTRACT #'s 002 AND 003 .doc Type: WINWORD File (application/msword) > Encoding: base64 > Download Status: Not downloaded with message LEGAL PUBLICATION RE UISTIt)N 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: EMY L. SHARP gate: JUNE 22, 2004 Phone No: 925 .335-1903 Reference No: 975 WW044.3 Org: Sub Object: Task: -SAS .Activity: WW0448 Publication Date (s): JUNE 29, 2004 No. of Pages: (4) LEGAL PUBLICATION- JOB ORDER C0N'TRACY 002 AND 003 "E-MAIL" "Immediately upon expiration of publication,"" send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. w Authorized Signature: Please confirm date of publication & receipt of this fax. _ _. NOTICE TO CONTRACTORS 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: JOB ORDER CONTRACT 002 Authorization No. WW0443 JOB ORDER CONTRACT 003 Authorization No. WW0448 Bid proposals shall be sealed and submitted to the Director of General Services, Capital Projects Management Division Office, 1220 Morello Avenue. Suite 100, Martinez 94553- 4711,,-on or before the 29th day ,of July, 2004 at 2:00 p.m. and will be opened in public immediately after the time due in the Capital Projects Management Division Conference Room, 1220 Morello Avenue, Suite 100, Martinez, California 94553-4711. This Advertisement for bids is for the award of two separate Job Order Contracts (JOCs). A JOC is a competitively bid, unit price, indefinite quantity contract that is awarded to a Prime Contractor. Once awarded, work is accomplished through the issuance of individual job orders. Job Order Contract 002 awarded under this solicitation will have a minimum value of$50,000 and a maximum value of $2,000,000, with an option for an additional $500,000. Job Order Contract 003 will have a minimum value of$50,000 and a maximum value of$1,000,000, with an option for an additional $500,000. The County reserves the right to issue job orders totaling less than the contract maximum value. Each contract will be for a term of 12 months. A bidder may bid on one or both of the JOCs. If the low bidder is the same on both JOCs, the bidder will be eligible for receiving only one of the contracts. The basis of award, if the contracts are awarded, will be the lowest total overall cost to the County. The Prime Contractor for these Job Order Contracts shall hold a valid Class B General Building Contractor's license. The work includes repair, alteration, modernization, maintenance, rehabilitation, and demolition work performed on buildings, offices, facilities, structures, infi-astructure, or other real property. Each bid is to be in accordance with the Construction Task Catalog (CTC), Technical Specifications, and Contract 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 Contract specifications may be examined at the County Capital Projects Management Division office, 1220 Morello Avenue, Suite 100, Martinez, California 94553-4711. The CTC and Technical Specifications are on CD-Rom. The CTC and Technical Specifications on CD-Rom and printed Contract Specifications are available for $25 (sales tax included), which amount is not refundable. The CD-Rom and printed Contract Specifications may be ordered by mail for an additional shipping and handling fee of$5. Cash purchases are to be for the exact amount only. Checks shall be made payable to "the County of Contra Costa" and shall be maned to the Contra Costa County General Services Department, Capital Projects Management Division, 1220 Morello Avenue, Suite 100, Martinez, California 945534711. The Capital Projects Management Division does not guarantee the arrival of the CD-Rom and Contract Specifications in time for bidding. Documents will not be sent overnight mail. No partial sets will be issued. Prospective bidders may obtain copies of the County's log of contractor plan holders on the web at http://w-ww.co.contra-costa.ca.us/depart/gsd/planhold/PlanHoldList.htm (updated daily at 4:00 p.m.), or by calling the Capital Projects Management Division at (925) 3137200, 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 shall be directed in writing to the Capital Projects Management Division, at fax number (925) 313-7299. 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, cashier's check, or bid bond in the amount of ten percent (10%) of the potential maximum contract value (52,000,000 or 1,000,000), made payable to the order of"The County of Contra Costa. " If a bidder is bidding on both contracts, a separate bid bond is required for each bid. 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 the contract or to furnish the necessary bonds and insurance certificates after being requested to do so by the County. Bidders are hereby notified that the Contractor may request payment of contract retention directly into escrow or may substitute securities for contract retention, as permitted by Public Contract Code Section 22300. Any proposed securities shall be valued by the County Treasurer- Tax Collector, whose decision shall be final. Types of securities other than those 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 will 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 maximum contract value and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the maximum contract value, 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 state statutes or local law, the Board has obtained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of worker or mechanic required to perform the contract to 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 has adopted an Outreach Program and a Small Business Enterprise (SBE) Program to provide opportunities for Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business Enterprises (SBEs), Local Business Enterprises (LBEs), and Disabled Veterans Business Enterprises (DVBEs) to participate in construction contracts awarded by the Board. For job orders up to $50,000, the County has established a 50% goal for SBE participation. For job orders exceeding $100,000, the successful bidder (Prime Contractor) will be required to perform and document outreach to MBEs, WBEs, SBEs, LBEs, and DVBEs. The Outreach Program and SBE Program requirements, including definitions, are described in Division E and Division G of the Specifications. A MANDATORY Pre-Bid Conference will be held on JULY 7"', 2004 At 10.00 a.m. Contra Costa County General Services Department 1220 Morello Avenue, Suite 200 Conference Room, Martinez Attendance at the above meeting is required. Failure to attend will result in rejection of the bidder's bid. The pre-bid conference will cover the Outreach Program, resources, and any other subjects of interest to attendees. The 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 BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY JOHN SWEETEN, Clerk of the Board of Supervisors and County Administrator By: EMY L. SHARP Deputy Dated: JUNE 22 2004 PUBLICATION DATES: JUNE 29 2004