NOTICE TO CONTRACTORS

Similar documents
COUNTY OF SANTA BARBARA,

GENERAL ENGINEERING JOB ORDER CONTRACT

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

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

Job Order Contracting Mandatory Pre-Bid Conference

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

SECTION NOTICE INVITING BIDS

SECTION A NOTICE INVITING SEALED BIDS

APPENDIX 15 LABOR CODE REQUIREMENTS

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

REQUEST FOR BIDS. MCC HVAC Replacement Units

ADDENDUM #5 NIB #

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

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

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

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

Suite 300 Tenant Improvement

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

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

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

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

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

University of California, Riverside Barn Expansion

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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

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

ADVERTISEMENT FOR BIDS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

HEATING AND COOLING SYSTEM MAINTENANCE

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

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.

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

CITY OF LAGUNA NIGUEL PLANS, AND FOR

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2017 S 1 SENATE BILL 607. Short Title: Job Order Contracting Method. (Public) April 5, 2017

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Specification Standards for University of Washington Section

Housing Authority of the County of San Joaquin

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

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

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

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1264P ALESSANDRO POND OPTIMIZATION PHASE I NOTICE INVITING BID

CONTRACT GENERAL CONDITIONS FOR JOB ORDER CONTRACTS

Chapter 3.24 PURCHASING PROCEDURES

HVAC Replacement Units

BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR

ASSEMBLY, No STATE OF NEW JERSEY. 217th LEGISLATURE PRE-FILED FOR INTRODUCTION IN THE 2016 SESSION

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

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

HVAC Remodel Second Floor North Center Building

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

POLICY AND PROCEDURES GOVERNING BIDDING FOR FACILITY PROJECTS # P

Mainelli Wagner & Associates, Inc.

CITY HALL AUDIOVISUAL SYSTEMS UPGRADE CITY OF SAN MATEO, CALIFORNIA

SECTION NOTICE TO BIDDERS

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

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

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

OFFICIAL NOTICE OF SALE

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Warner Robins Housing Authority

COUNTY OF JASPER, MISSOURI

3235 Union Ave., San Jose, CA Phone:

TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212

INVITATION TO BID (ITB) DOCUMENTS. General Contractor

ADDENDUM No. 2. August 1, 2018

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

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

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

INSTRUCTIONS TO BIDDERS

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

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

MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid

GENERAL INSTRUCTIONS TO BIDDERS

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS

BID FORM (Lump Sum or Unit Price)

COUNTY OF LOS ANGELES

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA *****

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

Mattole Unified School District INVITATION FOR BIDS

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

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

INSTRUCTIONS TO BIDDERS

Transcription:

NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that the Board of Supervisors of the County of San Mateo, State of California, will receive sealed bids for the construction contracts titled Job Order Contracts Mechanical Works (HVAC) (Class C-20 Contractors Mandatory Requirement with C-4,C-36,C-38,C-43 Preferred ) County of San Mateo PROJECTS NO. JOC-1806, 1807, 1808 Separate bids shall be received in accordance with the Contract Documents. The bid package(s) containing all Contract Documents may be downloaded from the Department of Public Works website at http://publicworks.smcgov.org/projects-out-bid (includes complete bid packages). A mandatory pre-bid conference is scheduled for November 20, 2017 at 1:00 PM. The conference will meet at 455 County Center, Room 101, Redwood City, California, 94063. General questions regarding this project should be directed to Rana Naser, Department of Public Works, 555 County Center 5 th Floor Redwood City, CA 94063, email rnaser@smcgov.org, Phone (650) 599-7302. Each bid shall be submitted separately using forms furnished and bound in the Project Manual(s) and in accordance with Instructions to Bidders, and shall be accompanied by a Certified or Cashier's Check or Bid Bond for $25,000 per bid. Bidders may bid separately on any or all three of the contracts, however only one contract may be awarded to any bidder. The apparent lowest responsive and responsible bidder on each JOC contract will be excluded from consideration for each successive contract. Bids shall be sealed and filed with the Clerk of the Board of Supervisors of the County of San Mateo at the Hall of Justice and Records, 400 County Center, (formerly 401 Marshall Street) 1 st Floor, Redwood City, California, on or before December 13, 2017 at 2:30 PM and will be opened in public in the Chambers of said Board of Supervisors or at another location as designated by Owner shortly thereafter. The County of San Mateo may award up to three individual contracts but reserves the right to reject any and all bids, alternate bids, or unit prices or waive any irregularities in any bid received. No bidder may withdraw his bid for a period of ninety (90) days after the date set for the opening thereof. Notice to Contractors Page 1 of 5

Pursuant to Labor Code Sections 1770, et seq., the Director of the Department of Industrial Relations has determined the general prevailing rate of wages in the County of San Mateo for each craft, classification, or type of workman needed to execute the contract. The prevailing rates so determined based on an 8-hour day, 40-hour week, except as otherwise noted. Existing agreements between the Building Trades and the Construction Industry groups relative to overtime, holidays and other special provisions shall be recognized. It shall be mandatory upon the Contractor and upon any subcontractors under him, to pay not less than the said specific rates to all laborers, workmen or mechanics employed by them in the execution of these contracts. Pursuant to recently enacted legislation (SB 854, Stat. 2014, chapter 28) effective January 2015, 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 and no subcontractor may perform any public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). A bond of $1,000,000.00 will be required for the faithful performance of each contract, and a separate bond in the amount of $1,000,000.00 will be required to guarantee the payment of wages for services engaged and for materials used in the performance of each contract. If the collective total of Job Orders issued exceeds one million dollars, an increase in the payment and performance bond will be required in an amount of not less than one hundred percent (100%) of the Maximum Contract Value. At no time may the sum of issued Job Orders exceed the amount of the Payment Bond and Performance Bond. The work to be done consists, in general, of providing all labor, materials, tools, appurtenances, and equipment required as well as any other items and details not mentioned above but required by the Contract Documents and as directed by the Director of Public Works. This Job Order Contract (JOC) is an indefinite quantity contract pursuant to which the Contractor will perform a variety of i n d i v i d u a l projects, consisting of specific construction tasks, at different locations. The scope of these JOC Contracts is for mechanical construction, repair, remodel and other repetitive related work to be performed for the County. The bid documents include a Construction Task Catalog (CTC) containing a series of construction tasks with preset Unit Prices. The CTC was developed using experienced labor and high quality materials. All Unit Prices are based on local labor, material and equipment prices including the current prevailing wages and are for the direct cost of construction. The Contractor will bid six Adjustment Factors to be applied to the Unit Prices, including: General Facilities Normal Working Hours, General Facilities Other than Normal Working Hours, Detention Facilities Normal Working Hours, Detention Facilities Other than Normal Working Hours, OSHPD Facilities Normal Working Hours and OSHPD Facilities Other than Normal Working Notice to Contractors Page 2 of 5

Hours. The Normal Working Hours are between 6:00 am and 6:00 pm and the Other than Normal Working Hours are any and all hours outside Normal Working Hours including all day Saturday, Sunday and County Holidays. The Other than Normal Working Hours Adjustment Factor must be equal to or greater than the Normal Working Hours Adjustment Factor. The price of an individual project will be determined by multiplying the preset Unit Prices and the appropriate quantities by the appropriate Adjustment Factor. All Adjustment Factors shall apply to every Pre-priced Task in the Construction Task Catalog. All Unit Prices listed in the Construction Task Catalog are priced at a net 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 5% 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. 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. The scope of Work for these Contracts will be determined by the Detailed Scopes of Work issued in connection with individual Job Orders. The scope of work, for each project will be explained to the Contractor at a Joint Scope Meeting. The County will provide a Request for Job Order Proposal and Detailed Scope of Work to the Contractor. The Contractor will be required to review the Detailed Scope of Work and develop a Job Order Price Proposal using appropriate Unit Price, quantities and the applicable Adjustment Factor as well as drawings and sketches, a list of subcontractors and materialmen, construction schedule, and other requested documentation. The County will review the Contractor s J o b O r d e r Proposal in detail and if found to be reasonable and acceptable, a Job Order may be issued. The agreed upon price will be fixed price for the performance of the Detailed Scope of Work. 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 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. This Contract is for construction work and related services to be performed within a designated area of the County. However, if the need arises, the Owner reserves the right to require the Contractor to work at any location or facility under the jurisdiction of the Owner. There is no Minimum Contract Value for each Job Order Contract. The Maximum Contract Value for each Job Order Contract is $4,700,000. The Contractors will not be issued Job Orders which in total exceed the Maximum Contract Value. The County does not guarantee the Contractors will receive this volume of Work. The County may award contracts to other contractors for the same or similar Work during the term of these Job Order Contracts. The term of each Job Order Contract will be for one year, except that the contracts shall continue to cover Job Orders issued during that year until the Work there under has been completed. Accordingly, all Job Orders must be issued but not necessarily completed within one calendar year of the commencement date of the Contracts. All Job Orders issued during the term of this Contract shall Notice to Contractors Page 3 of 5

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. Application of Liquidated Damages and the value of liquidated damages will be determined by the County on a Job Order by Job Order basis. Each Request for Proposal will state whether Liquidated Damages will be applied to an individual Job Order. A typical range for Liquidated Damages is, but not limited to, $300-$1,000 per day. Notice to Contractors Page 4 of 5

BID OPENING LOCATION AVAIILABLE PARKING 1ST FLOOR ONLY Notice to Contractors Page 5 of 5