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