Loading...
HomeMy WebLinkAboutMINUTES - 04012008 - C.79 TO: BOARD OF SUPERVISORS ONT A FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES * ' `s COSTA DATE: April 1, 2008 c°r'A�aix�'`�~ COUNTY SUBJECT: APPROVE THE BID DOCUMENTS AND AUTHORIZE THE ADVERTISEMENT FOR BIDS FOR JOB ORDER CONTRACTS 011 AND 012 (WW0616 & WW0667) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION 1. APPROVE the bid documents including the contract General Conditions, Technical Specifications, and the Construction Task Catalog for Job Order Contracts ("JOC") 011 and 012. 2. AUTHORIZE the General Services Director, or designee, to advertise for bids to be received on May 1, 2008 at 2:00 p.m. and 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. FINANCIAL IMPACT JOC work orders will only be issued when there is an approved project and funding. The contract value can range from a minimum of $50,000 to a maximum of $2 million. The maximum contract value of $2 million per contract is a limit (not actual appropriated dollars), and it is possible that the limit may not be reached. Having this limit allows for efficiency and flexibility in accomplishing work up to the limit. REASONS FOR RECOMMENDATIONS AND BACKGROUND The JOC program has proven to be a successful one. The General Services Department ("GSD") has utilized its JOC contracts to provide quality work, competitive costs, and improved responsiveness in completing building construction projects, while also complying with the County's Outreach Program and the Small Business Enterprise ("SBE") Program. JOC contracts are authorized under Public Contract Code Section 20128.5. Under the Code, the contract limit can be up to $3 million. GSD currently has in place two $1 million and one $2 million JOC contracts, and these contracts are nearing their contractual limits. Staff is recommending bidding out two $2 million contracts at this time. These new JOC contracts will help to maintain GSD's ability to provide timely and effective services. CONTINUED ON ATTACHMENT: X YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE —&LAPPROVE OTHER r SIGNATURE(S)-.Q J ACTION OF BO R ON / Q APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS UNANIMOUS(ABSENT L ) 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 N ACTION TAKEN j p � g AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISORS ON THE DATE HOWN. CPM File:000-0708/B.4.1 000-0806/B.4.1 ATTESTED `'- County Administrator's Office JOHN CULLEN"kLER OF TFIE BOARD OF SUPERVISORS Auditor Controller AND COUNTY ADMINISTRATOR Community Development Joyce Ring-Reaves —,DEPUTYOY H:\2007\0000708\07A008003b.doc RL:tb Page 1 of 2 M382(10/88) APPROVE THE BID DOCUMENTS AND AUTHORIZE April 1, 2008 THE ADVERTISEMENT FOR BIDS FOR JOB ORDER CONTRACTS 011 AND 012 (WW0616 & WWO667) Bid documents and specifications for Job Order Contracts 011 and 012 were prepared by the General Services Department and have been filed with the Clerk of the Board by the General Services Director. The maximum contract value for each Job Order Contract is $2 million and the Board has obtained the general prevailing rates of wages, which shall be the minimum rates paid on this project. The California Environmental Quality Act (CEQA) requirements will be determined and addressed on a project-by-project basis as projects occur. Upon the Board's authorization, the Clerk of the Board will publish a Notice to Contractors in accordance with Public Contract Code Section 22037 inviting bids for the work. The Director of General Services, or designee, will mail notices to the construction trade journals specified in Public Contract Code Section 22036 at least 30 days before the bid opening date. H:\2007\0000708\07A008003b.doc Page 2 of 2 M382(10/88) Jane Pennington/COB/CCC To cctlegals@cctimes.com 04/02/2008 04:57 PM cc bcc Subject advertising publication request Please print the following (attached document) in the legal advertising section Edition: Next Available Reference: 2146 Bill to Account Number: 2004197 Thank you! Jane 07 DCf DDExcob.doc Jane Pennington Chief Clerk, Contra Costa Board of Supervisors Ph 925-335-1908 Fax 925-335-1913 DIVISION A. NOTiCF TO CONTRACTORS (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: .JOB ORDER CONTRACTS 011 & 012 Authorization No. WW061.6 & WW0667 Bid proposals shall be sealed and submitted to the Director of General Services, Capital Proiects ManaLTement Division Office, 1220 Morello Avenue, Suite 100, Martinez 94553-4711, on or before the 1st day of May, 2008 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 Contracts 011 and 012 awarded under this solicitation will each have a minimum value of$50,000 and a maximum value of$2,000,000. 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 is eligible to bid if it does not currently, as of April 15, 2008, hold a Job Order Contract with the County with more than 25% capacity left on the contract. A bidder will be eligible for receiving only one of the contracts. The County anticipates advertising for additional ;IOC contract(s) in the future., The Prime Contractor for this Job Order Contract 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, infrastructure, or other real property. The 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 mailed to the Contra Costa County General Services Department, Capital Projects Management Division, 1220 Morello Avenue, Suite 100, Martinez, California 94553-4711. 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://,vvww.co.contra-costa.ca.us/depart/lisd/planhold/PlanHoldList.htm (updated daily at 4:00 p.m.), or by calling the Capital Projects Management 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 shall be directed in writing to the Capital Projects Management Division, at fax number(925) 313-7299. The 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 ($2,000,000), 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 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 Thursday, April 1.7, 2008 At 10:00 a.m. Contra Costa County General Services Department 1.220 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 JOC program, 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 CULLEN, Clerk of the Board of Supervisors and County Administrator By: Jane Pennington, Chief Clerk Contra Costa Times Legal No. 0002747231 P O Box 4147 C 7Y / 1r� Walnut Creek, CA 94596 1. (925)935-2525 / Clerk of the Board of Supervisors June-Rm 106,651 Pine St., 1st FI. Martinez CA 94553-1275 APR 2 1 2008 PROOF OF PUBLICATION c`EF"BOARD CC)GT" rt'.-isoRs CCi`.ITFtr;CGST.4(;G. FILE NO. 2146 In the matter of I am a citizen of the United States and a resident of the County aforesaid; I am 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 2640 Shadelands Drive in the City of Walnut Creek, County of Contra Costa, 94598 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, 1934. Case Number 19764. The notice, of which the annexed is a printed copy(set in type not small 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: 4/8/2008 I certify(or declare)under the penalty of perjury that the foregoing is true and correct. Executed at Walnut Creek, California. On this 17 day of Signature DIVISION A. NOTICE TO CONTRACTORS (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the . Director of General Serv- ices will receive bids for the furnishing of all la- ' bor, materials, equip- ment, transportation and services for: JOB ORDER CONTRACTS 011&012 Authorization No. W W 0616&W W 0667 Bid proposals shall be sealed and submitted to the Director of General Services, Capital Prot ects Management Divi- sion ivision Office,1220 Morello Avenue,Suite 100,Marti- nez 94553-4711, on or before the 1st day of May, 2008 at 200 p.m., and will be opened in public immediately after the time due in the Capi- tal Projects Manage- ment Division Confer- ence Room,1220 Morello Avenue,Suite 100,Marti- nez, 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 Con- tractor. Once awarded work is accomplished through the issuance of individual job orders. Job Order Contracts 011 and 012 awarded under this solicitation will each have a minimum value of'$50,000and.a - -- maximum value of $2,000,000. The County reserves the right to is- sue lob orders totaling less than the contract maximum value. Each contract will be for a term of 12 months. A bidder is eligible to bid if it does not cur- rently, as of April 15, 2008, hold a Job Order Contract with the Coun- ty with more than 25% capacity left on the con- tract. A bidder will be eligible for receiving on- ly one of the contracts. The County anticipates advertising for addition- al JOC contract(s)in the future. The Prime Contractor for this Job Order Con- tract shall hold a valid Class B General Building Contractor's license. The Work includes re- pair,alteration,modern- ization, maintenance, rehabilitation,and dem- olition work performed on buildings,offices,fa- cilities,structures,infra- structure, or other real property. The bid is to be in ac- cordance with the Con- struction Task Catalog (CTC),Technical Specifi- cations, and Contract Specifications on file at the Office of the Clerk of the Board of Supervi- sors, First Floor,County Administration Building, 651 Pine Street, Marti- nez,California. The Contract specifica- tions 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 Specifica- tions on CD-Rom and printed Contrail Specifi- cations are available for $25(sales tax included), which amount is not re- fundable. 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 mailed to the Contra Costa County General Services De- partment, Capital Proj- ects Management Divi- sion, 1220 Morello Ave- nue,Suite 100,Martinez, California 94553-4711. The Capital Projects Management Division does not guarantee the arrival of the CD-Rom . and Contract Specifica- tions in time for bidding. Documents will not be sent overnight mail. No partial sets will be is- sued. Prospective bidders may obtain copies of the County's log of contrac- tor plan holders on the web at http://www.co.contra- costacaus/depart/Sisd/ plan ho ld/PlanHoldListh tm (updated dailyat _ " "-- - 4:00 p.m.:or by calling the Capital Projects Management Division at (925) 313-7200, or by submitting a written re- quest via FAX No.(925) 313-7299. Requests for copies of the plan hold- ers log cannot be ac- cepted after 5:00 p.m.of the day before the bids are due. Technical questions re- garding the contract documents shall be di- rected in writing to the Capital Projects Man- agement Division,at fax number(925)313-7299. The bid shall be made on the bid form issued with the specifications, and must be accompa- nied by bid security in the form of cash,a certi- fied check, cashier's check,or bid bond in the amount of ten percent (10%) of the potential maximum contract val- ue ($2.000,000), made payable to the order of "The County of Contra Costa." The bid security shall be given as a guarantee that the bidder will en- ter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the suc- cessful 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 noti- fied that the Contractor may request payment of contract retention di- rectly intoescrow or may substitute securi- ties for contract reten- tion as permitted by PubiIC Contract Code Section 22300. Any pro- posed securities shall be valued by the County Treasurer-Tax Collector, whose decision shall be final. Types of securi- ties 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. Un- less such securities are prequalified before bid opening,they will not be accepted by the County as security. The successful bidder will be required to fur- nish a Payment Bond in an amount equal to one hundred percent(100%) of the maximum con- tract value and a Faith- ful Performance Bond in an amount equal to one hundred percent(100%) of the maximum con- tract value, said bonds to be secured from an admitted'surety insurer authorized by the Insur- ance Commissioner to transact business of in- surance in the State of California. Each bond shall be issued on the form set forth in the specifications. Bidders are hereby noti- fied that, pursuant to state statutes or local law, the Board has ob- tained the general pre- vailing rate of per diem wages and rates for le- gal holidays and over- time work in the locality in which this work is to be performed for each typeof worker or me- chanic required to per- form the contract to be awarded to the success- ful bidder. The prevail- ing rateof per diem wages is on file with the Clerk of the Board of Su- pervisors. The Contra Costa Coun- ty Board of Supervisors has adopted an Out- reach Program and a Small Business Enter- prise (SBE) Program to provide opportunities for Minority Business . Enterprises (MBEs), Women Business Enter- prises (WBEs), Small Business Enterprises (SBEs). Local Business Enterprises (LBEs), and Disabled Veterans Busi- ness 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 exceed- ing $100,000, the suc- cessful bidder (Prime Contractor).will be re- gwired to perform and document outreach to r' MBEs,WBEs,SBEs,LBEs, and DVBEs. The Out- reach 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 Thursday,April 17,2008 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 re- sult in rejection of the bidder's bid. The pre- bid conference will cov- er the JOC program,the Outreach Program, re- sources, 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 irregularityin 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 CULLEN, Clerk of the Board of Supervisors and County Administrator B Jane Pennington, Chief Clerk Legal CCT 2747231 Publish April 8,2008