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.