COUNTY OF SANTA BARBARA,

Similar documents
NOTICE TO CONTRACTORS

GENERAL ENGINEERING JOB ORDER CONTRACT

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

Job Order Contracting Mandatory Pre-Bid Conference

SECTION NOTICE INVITING BIDS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

PHASE 1 STAFF FACILITIES LOCKER ROOM

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

Construction Bid Package

INVITATION TO BID (ITB) DOCUMENTS. General Contractor

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

Suite 300 Tenant Improvement

WEXFORD COUNTY REQUEST FOR PROPOSALS

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

SECTION A NOTICE INVITING SEALED BIDS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Notice to Bidders Page 1 of 6

FAB LAB RENOVATION. Bid No BIDS DUE DATE: September 26, 2017 (On or before 2:00 P.M.)

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

REQUEST FOR PROPOSALS

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

REQUEST FOR PROPOSAL RFP #14-03

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

Request for Bids Chatham Community Library Entrance Canopy Replacement

Fortuna Elementary School District INVITATION FOR BIDS

JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BID (IFB) DOCUMENTS STREET LIGHTING ENERGY EFFICIENCY SERVICES (C-10)

CONSTRUCTION BID DOCUMENTS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

ADDENDUM #5 NIB #

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

INSTRUCTIONS TO BIDDERS

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

CITY OF GAINESVILLE INVITATION TO BID

3235 Union Ave., San Jose, CA Phone:

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

Invitation to Bid HVAC UNITS

City of Valdez REQUEST FOR QUOTES

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

University of California, Riverside Barn Expansion

Request for Bids for Walker Creek Ranch Re-Roof Project

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA. REGARDING: Vehicle Acquisition IFB

OUTAGAMIE COUNTY REQUEST FOR BID FOR ELEVATOR CONTROLS UPGRADE FOR THE YOUTH & FAMILY SERVICES BUILDING DUE: JUNE 1, :00 PM CT

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

PROJECT MANUAL. Bid Number: B

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

Cloud Based PBX System and Hardware

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT, PROJECT #11727

BIDS AND CONTRACTS. Limits Bids or quotations shall be secured as may be necessary to obtain the lowest possible prices as follows:

CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS

REQUEST FOR BIDS. MCC HVAC Replacement Units

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

Invitation to Bid COOLING TOWERS WHHA & HMS

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

REQUEST FOR QUALIFICATIONS

REQUIRED BID FORMS SECTION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

MULTNOMAH COUNTY GOOD FAITH EFFORT PROGRAM SUBCONTRACTOR and SELF-PERFORMED WORK LIST (FORM 1)

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Invitation to Bid BOE. Diesel Exhaust Fluid

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

NOTICE INVITING BIDS

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM

COUNTY OF PRINCE EDWARD, VIRGINIA

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

Mobile and Stationary Security Patrol Services

NOTICE OF REQUEST FOR BIDS

REQUIRED BID FORMS SECTION

CONTRACT GENERAL CONDITIONS FOR JOB ORDER CONTRACTS

Transcription:

NOTICE TO BIDDERS Notice is hereby given that the General Services Department, County of Santa Barbara will receive bids for: COUNTY OF SANTA BARBARA, General Building Construction Job Order Contract Project 8001-18 MANDATORY PRE-BID MEETING: 10:00 AM, August 1, 2018 BID OPENING DATE: 3:00 PM, August 15, 2018 CONTRACT DESCRIPTION: A Job Order Contract is an indefinite quantity CONTRACT pursuant to which the CONTRACTOR may perform an ongoing series of individual Projects at different locations throughout the COUNTY. The bid documents include a Construction Task Catalog containing construction tasks with preset Unit Prices. All Unit Prices are based on local labor, material and equipment prices and are for the direct cost of construction. The CONTRACTOR will bid Adjustment Factors as listed below to be applied to the Unit Prices. All Adjustment Factors shall apply to every Pre-priced Task in the Construction Task Catalog. The Contracts will be awarded to the lowest, responsive, responsible bidder(s). Thereafter, as projects are identified the CONTRACTOR will jointly scope the work with the COUNTY. The COUNTY will prepare a Detailed Scope of Work and issue a Request for Proposal to the CONTRACTOR. The CONTRACTOR will then prepare a Job Order Proposal for the Project including a Job Order Price Proposal, drawings and sketches, a list of subcontractors and materialmen, construction schedule, and other requested documentation. The Job Order Price shall equal the value of the approved Job Order Price Proposal. The value of the Job Order Price Proposal shall be calculated by summing the total of the calculation for each Pre-priced Task (Unit Price x quantity x Adjustment Factor) plus the value of all Non Pre-priced Tasks. If the Job Order Proposal is found to be complete and reasonable, a Job Order may be issued. A Job Order will reference the Detailed Scope of Work and set forth the Job Order Completion Time, and the Job Order Price. The Job Order Price shall be a lump sum, fixed price for the completion of the Detailed Scope of Work. A separate Job Order will be issued for each Project. Extra work, credits, and deletions will be contained in a Supplemental Job Order. The COUNTY selected The Gordian Group s (Gordian) Job Order Contracting (JOC) Solution (Gordian JOC Solution TM ) for their JOC program. The Gordian JOC Solution includes Gordian s proprietary egordian JOC Applications and Construction Task Catalog, which shall be used by the CONTRACTOR to prepare and submit Job Order Proposals, subcontractor lists, and other requirements specified by the COUNTY. The CONTRACTOR shall be required to execute Gordian s JOC System License and Fee Agreement, and pay a 1% JOC System License Fee to obtain access to the Gordian JOC Solution. CONTRACTS: The COUNTY intends to award up to two (2) contracts to the lowest responsive and responsible Bidder(s) for the General Building Construction Contract Type. Each Bidder shall submit

only one Bid, any Bidder submitting more than one bid shall be deemed non-responsive and their bids will be returned unopened. CONTRACTOR'S LICENSE The CONTRACTOR shall possess a Class B license at the time this project is bid. MANDATORY PRE-BID MEETING: There will be a MANDATORY Pre-bid Meeting as noted above. Only those prime contractors attending the Pre-bid Meeting shall be qualified to bid the work. The location will be the County of Santa Barbara Administration Building, Board of Supervisors Conference Room (convene at the 4 th Floor elevator lobby), 105 East Anapamu St, Santa Barbara, CA 93101. EXAMINATION OF SITE: Each bidder shall examine the Contract Documents before bidding and shall be responsible for having acquired full knowledge of the nature of a Job Order Contract. CONTRACT TERM: The Term of the Contract is one year. All Job Orders issued during the term of this Contract shall be valid and in effect notwithstanding that the Detailed Scope of Work may be performed, payments may be made, and the guarantee period may continue, after such period has expired. All terms and conditions of the Contract apply to each Job Order. CONTRACT VALUE: The Minimum contract value is $25,000 with a Maximum of $1,000,000. Should a contract be awarded, the CONTRACTOR is guaranteed only to receive the opportunity to perform Job Orders totaling at least the Minimum Contract Value during the Term of the Contract. The COUNTY reserves the right to increase the Maximum Contract Value up to $4,904,581 as allowable under California Public Contracts Code, upon mutual consent and provided additional bonds are provided. BIDDING ADJUSTMENT FACTORS: The Adjustment Factors are as follows: 1. Normal Working Hours for GENERAL OR COURTS FACILITY Projects located in North County: Mon-Fri, 7:00am-4:00pm except County holidays. 2. Other Than Normal Working Hours for GENERAL OR COURTS FACILITY Projects located in North County: Mon-Fri 4:00pm-7:00 am and all day Sat, Sun and County holidays. 3. Normal Working Hours for GENERAL OR COURTS FACILITY Projects located in South County: Mon-Fri 7:00am to 4:00pm except County holidays. 4. Other Than Normal Working Hours for GENERAL OR COURTS FACILITY Projects located in South County: Mon-Fri 4:00pm-7:00am and all day Sat, Sun and County holidays. 5. Normal Working Hours for DETENTION FACILITY Projects located in North County: Mon-Fri, 7:00am-4:00pm except County holidays. 6. Other Than Normal Working Hours for DETENTION FACILITY Projects located in North County: Mon-Fri 4:00pm-7:00 am and all day Sat, Sun and County holidays.

7. Normal Working Hours for DETENTION FACILITY Projects located in South County: Mon-Fri 7:00am to 4:00pm except County holidays. 8. Other Than Normal Working Hours for DETENTION FACILITY Projects located in South County: Mon-Fri 4:00pm-7:00am and all day Sat, Sun and County holidays. The Other Than Normal Working Hours Adjustment Factors must be equal to or greater than the corresponding Normal Working Hours Adjustment Factors. NORTH COUNTY SOUTH COUNTY All Unit Prices listed in the Construction Task Catalog are priced at a new value of 1.0000. The Adjustment Factors shall be an increase or decrease to all the Unit Prices listed in the Construction Task Catalog For example, 1.1000 would be a 10% increase to the Unit Prices and 0.9500 would be a decrease to the Unit Prices. Bidders who submit separate Adjustment Factors for separate Unit Prices will be considered non-responsive and their bid will be rejected. QUESTIONS: All contractual questions should be addressed to Leann Anderson, Capital Projects Coordinator, at andersonl@countyofsb.org. Deadline for submitting questions is Wednesday, August 8, 2018.

BID DOCUMENTS: Please request Contract Documents and proposal forms from Leann Anderson, Project Coordinator, at andersonl@countyofsb.org. BID SUBMITTAL INSTRUCTIONS: Each bid shall be in accordance with the Contract Documents dated July 19, 2018. The bid shall be sealed and received at the General Services Department, Support Services Capital Projects at 1105 Santa Barbara St., Courthouse East Wing, 2nd Floor, Santa Barbara, California 93101, on or before 3:00 PM, August 15, 2018 at which time each bid will be opened. SUBSTITUTION OF SECURITIES: Pursuant to Section 22300 of the Public Contract Code and the project specifications, the CONTRACTOR may substitute securities or request that the COUNTY make payment of retentions to an escrow agent for any money held by the COUNTY to ensure contract performance. PREVAILING WAGES: The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to the provisions of Section 1770 et seq. of the California Labor Code, the CONTRACTOR shall pay not less than the prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations. A copy of the prevailing rate of per diem wages is on file at the General Services Department. REGISTRATION: No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. Each Job Order is subject to compliance monitoring and enforcement by the Department of Industrial Relations. WITHDRAWAL OF BIDS: The COUNTY reserves the right to reject any and or all bids or waive any informality in a bid. No bidder may withdraw his bid for a period of ninety (90) days after the date set for the opening thereof. BID SELECTION: For bid evaluation purposes only, the following work distributions shall be used to determine the Award Criteria Figure: Adjustment Factor % Weight (For Bid Evaluation Only) Normal Working Hours General or Courts Facilities - North County Projects 2 Other than Normal Working Hours General or Courts Facilities - North County Projects 10% Normal Working Hours General or Courts Facilities - South County Projects 2 Other than Normal Working Hours General or Courts Facilities - South County Projects 10%

Normal Working Hours Detention Facilities - North County Projects Other than Normal Working Hours Detention Facilities - North County Projects Normal Working Hours Detention Facilities - South County Projects Other than Normal Working Hours Detention Facilities - South County Projects 1 LIQUIDATED DAMAGES: Liquidated damages may apply to each individual Job Order, and will be as specified in each individual Job Order for project delays that are determined to be attributable to the CONTRACTOR.