GENERAL ENGINEERING JOB ORDER CONTRACT

Similar documents
NOTICE TO CONTRACTORS

COUNTY OF SANTA BARBARA,

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

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

INSTRUCTIONS TO BIDDERS

SECTION NOTICE INVITING BIDS

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

Job Order Contracting Mandatory Pre-Bid Conference

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

University of California, Riverside Barn Expansion

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

Specification Standards for University of Washington Section

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

REQUEST FOR QUALIFICATIONS

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

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

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

APPENDIX 15 LABOR CODE REQUIREMENTS

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

SECTION A NOTICE INVITING SEALED BIDS

INSTRUCTIONS TO BIDDERS

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

REQUIRED BID FORMS SECTION

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

INSTRUCTIONS TO BIDDERS

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

Ohio Department of Transportation

3235 Union Ave., San Jose, CA Phone:

UNIVERSITY OF CALIFORNIA, SAN DIEGO

REQUIRED BID FORMS SECTION

INSTRUCTIONS TO BIDDERS

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Instructions to Bidders Page 1

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

CONTRACT GENERAL CONDITIONS FOR JOB ORDER CONTRACTS

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

INSTRUCTIONS TO BIDDERS

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

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSAL RFP #14-03

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO BIDDERS

PROPOSAL REQUIREMENTS AND CONDITIONS

HVAC Remodel Second Floor North Center Building

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

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

Invitation to Bid BOE. Diesel Exhaust Fluid

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

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

B. The Bid is made in compliance with the Bidding Documents.

INVITATION TO BID BID NO WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

PREQUALIFICATION PACKAGE FOR

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

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

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

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

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS (for a DESIGN BUILD LUMP SUM) SUBCONTRACT

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

BID INSTRUCTIONS / BID FORMS. For DSA REQUIRED ADA IMPROVEMENTS LEONARDO DA VINCI K-8 SCHOOL

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

PROJECT MANUAL. Bid Number: B

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

MANDATORY GENERAL TERMS AND CONDITIONS:

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

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

PURCHASING DEPARTMENT

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

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

State of Florida Department of Transportation

CHAPTER 31 PURCHASING CODE ARTICLE I - GENERALLY

No late bids will be considered.

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

COUNTY OF PRINCE EDWARD, VIRGINIA

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

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

ADDENDUM No. 2. August 1, 2018

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

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

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

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

City of Beverly Hills Beverly Hills, CA

Transcription:

BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA N O T I C E T O B I D D E R S Sealed proposals will be received at the Fresno County Department of Public Works and Planning (Department), Office of the Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA 93721 until 2:00 P.M., (1400 hours and 00 seconds) Thursday, June 21, 2018 at which time the bidding will be closed. Promptly following the closing of the bidding all timely submitted bids will be publicly opened and read at the Department in said building, for construction in accordance with the project specifications therefor, to which special reference is made as follows: GENERAL ENGINEERING JOB ORDER CONTRACT CONTRACT NOS: 18-05-J, 18-06-J, CLASS A, A Job Order Contract is an indefinite quantity contract pursuant to which the Contractor will perform an ongoing series of individual projects at different locations throughout the County of Fresno. The bid documents include a Construction Task Catalog containing construction tasks with preset Unit Prices. All Unit Prices are based on local labor prevailing wages, material and equipment prices and are for the direct cost of construction. A MANDATORY pre-bid conference will be held at 10:00 a.m., on Thursday, June 7, 2018 for the purpose of discussing the Job Order Contract concept, documents, bid considerations and to discuss Job Order Contracting from a contractor s viewpoint. The MANDATORY pre-bid conference will be conducted in the 8th Floor Conference Room A, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA 93721. Prospective bidders whose representative(s) attend the MANDATORY pre-bid conference will receive the official specification books, the Construction Task Catalogs and the Technical Specifications; however, no such documents will be provided to firms whose representative(s) did not attend the MANDATORY pre-bid conference or who may have attended but failed to complete the sign-in sheets that will be provided at said conference. Specification books including the bid book may be viewed on the County s website, but the official printed copies of the bid books necessary to submit bids as well as the Construction Task Catalog and the Technical Specifications can only be received by firms whose representative(s) attended the MANDATORY pre-bid. Each firm represented at the MANDATORY pre-bid will be provided one copy of the official Specification book including the bid book and one copy of the disks containing the Construction Task Catalog and the Technical Specifications for Contracts 18-05-J and 18-06-J. Contract Number 18-05-J, 18-06-J Notice to Bidders - 1

The County reserves the right, in its sole discretion, to schedule a second pre-bid conference via the issuance of an addendum to this contract. In such case, attendance at only one of the pre-bid conferences will be mandatory. Bidders will bid two Adjustment Factors to be applied to the Unit Prices - one Adjustment Factor for performing work during Normal Working Hours and a second Adjustment Factor for performing work during Other Than Normal Working Hours. All Adjustment Factors apply to every task in the Construction Task Catalog. Upon award of the contract and as projects are identified, the Contractor will jointly scope the work with the County Project Manager. The County Project Manager will prepare a Detailed Scope of Work and issue a Request for Proposal to the Contractor. The Contractor will then prepare a Work Order Proposal for the project including a Work Order Price Proposal, Schedule, Sketches or Drawings, a list of subcontractors, and other requested documentation. The Work Order Price shall equal the value of the approved Work Order Price Proposal. The value of the Work 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 Work Order Proposal is found to be complete and reasonable, a Notice to Proceed with the Job Order may be issued. The Contractor is required to complete each Detailed Scope of Work for the Job Order Price within the Job Order Completion Time. A Work Order will reference the Detailed Scope of Work and set forth the Work Order Completion Time, and the Work Order Price. The Work Order Price is determined by multiplying the preset Unit Prices by the appropriate quantities and by the appropriate Adjustment Factor. The Work Order Price shall be lump sum, fixed price for the completion of the Detailed Scope of Work. A separate Work Order will be issued for each project. Extra work, credits, and deletions will be contained in a Supplemental Work Order. Minimum and Maximum Contract Values: A. The Minimum Contract Value for this Contract is $25,000. If a contract is awarded, the Contractor is guaranteed to receive the opportunity to perform one or more Job Orders totaling at least $25,000 issued during the Contract Term. B. The Maximum Contract Value is $1,500,000, with one option to increase the Maximum C. Contract Value up to the amount currently authorized by the California Public Contract Code during the term of the Contract. The Contractor is not guaranteed to receive this volume of Work Orders. It is merely an estimate. The Owner has no obligation to issue Work Orders in excess of the Minimum Contract Value. Contract Term: A. The Contract Term commences on the date the contract is awarded by the County of Fresno Board of Supervisors (i.e.: the effective date of the Contract). B. The term of the Job Order Contract will be either for one year or when issued Work Orders totaling the Maximum Contract Value have been completed, whichever occurs C. first. All Work Orders must be issued but not necessarily completed within one calendar year of the effective date of the Contract. All Work Orders for which a Notice to Proceed is issued by the County Contract Manager 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 the Contract Term has expired. All terms and conditions of the Contract Number 18-05-J, 18-06-J Notice to Bidders - 2

Contract apply to each Work Order. No notices to proceed will be issued after 5:00, P.M. on the final day of the Contract Term. The County of Fresno is committed to increasing the availability of employment and training opportunities, and requires that the Contractor and each subcontractor employed on this Project shall use their best efforts to ensure that thirty-three percent (33%) of apprentice hours are performed by qualified participants in state approved apprenticeship programs who also are current or former Welfare-to-Work participants in the CalWORKs program. Attention is directed to Apprentices in Section 7 of these special provisions. Incentives whereby the Contractor or subcontractor receives partial reimbursement for the wages paid to apprentices who qualify may be available. The incentive program is administered by the County of Fresno, Department of Social Services, Employment Resource Center. For questions regarding the incentive program, contact the Employment Resource Center at (559) 600-5370. Known Bid Document holder names may be obtained from the Fresno County website at http://www.co.fresno.ca.us/planholders. Electronic copies of the Specification books are made available solely for the convenience of prospective bidders on the Contract, and are not considered part of the contract documents. No representation or warranty is made, either express or implied, with regard to the accuracy or suitability of said electronic copies for any purpose whatsoever. Utilization or viewing of said electronic copies shall constitute implicit acknowledgement and acceptance of the provisions of this paragraph. A Summary of Bids will be posted at the above listed website, generally within 24 hours of the Bid Opening. All questions regarding this project shall be in writing and shall be received by the Department of Public Works and Planning, Design Division, no later than 2:00 P.M. on the seventh (7th) calendar day before bid opening. Any questions received after this deadline will not receive a response unless the Department of Public Works and Planning elects to issue an addendum to revise the bid opening date. In the event that the bid opening date is revised, the deadline for questions will be extended to no later than 2:00 P.M. on the seventh (7th) calendar day before the revised bid opening date. Questions shall be submitted on the CONTRACTOR REQUEST FOR CLARIFICATION form provided in the Project Details section of these project specifications. Fax questions to (559) 455-4609; e-mail to DesignServices@co.fresno.ca.us or mail to: County of Fresno Department of Public Works and Planning 2220 Tulare Street, Sixth Floor Fresno, Ca. 93721-2104 Any changes to, or clarification of, the Contract documents shall be in the form of a written addendum issued to planholders of record. Questions that prompt a change or clarification shall be included in the addendum with the subsequent answer. Any oral explanation or interpretations given to this project are not binding. Contract Number 18-05-J, 18-06-J Notice to Bidders - 3

Bids shall be submitted in a sealed envelope addressed to the Department and labeled with the name of the bidder, the name of the project and the statement 'Do Not Open Until The Time Of Bid Opening.' Bid security in the amount of $25,000 and in the form of a bid bond issued by an admitted surety insurer licensed by the California Department of Insurance, cash, cashier's check or certified check shall accompany the bid. Bid security shall be made in favor of the County of Fresno. Bidders will submit one (1) bid that will be considered for two potential Contracts being offered. Bids are required to include two (2) Adjustment Factors. When preparing a Job Order Price Proposal, the Contractor shall select the appropriate Adjustment Factor for each task. The Adjustment Factors are as follows: Normal Working Hours: Monday through Friday 7:00 am to 5:00 pm except holidays. Other Than Normal Working Hours: Monday through Friday 5:00 pm to 7:00 am and all day Saturday, Sunday and holidays. The Other than Normal Working Hours Adjustment Factor must be equal to or greater than the Normal Working Hours Adjustment Factor. The County intends to award a contract to each of the two (2) lowest responsible bidders. Bids will be compared, for purposes of identifying the two apparent low bidders for proposed award of the contracts, on the basis of the Award Criteria Figure. The Award Criteria Figure is the sum of the weighted Adjustment Factors. ` The Construction Task Catalog is priced at a net value of 1.0000. The bid shall be an increase to (e.g., 1.1000) or decrease to (e.g., 0.9500) the Unit Prices listed in the Construction Task Catalog. Bidders who submit separate Adjustment Factors for separate Unit Prices will be considered non-responsive and their bid will be rejected. The Owner selected The Gordian Group s (Gordian) Job Order Contracting (JOC) Solution (Gordian JOC SolutionTM) 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 Owner. 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. No contract will be awarded to a contractor who has not been licensed in accordance with the provisions of the Contractors State License Law, California Business and Professions Code, Division 3, Chapter 9, as amended, or whose bid is not on the proposal form included in the contract document. A valid California Contractor's License, Class A (General Engineering), is required for this project. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at County of Fresno, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno CA 93721-2104 and available from the California Department of Industrial Relations Internet web site at http://www.dir.ca.gov/dlsr/pwd. Future effective general prevailing wage Contract Number 18-05-J, 18-06-J Notice to Bidders - 4

rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 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. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The successful bidder shall furnish a faithful performance bond in the amount of 100 percent of the contract amount and a payment bond in the amount of 100 percent of the contract amount. Each bond specified in this Notice (bid bond, faithful performance bond and payment bond) shall meet the requirements of all applicable statutes, including but not limited to those specified in Public Contract Code section 20129 and Civil Code section 3248. Each bond specified in this Notice shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of a proposed surety company, may require the surety company to provide additional information supported by documentation. The County generally requires such information and documentation whenever the proposed surety company has either a Best s Key Rating Guide of less than A and a financial size designation of less than VIII. Provided, however, that the County expressly reserves its right to require all information and documentation to which the County is legally entitled from any proposed surety company.pursuant to Public Contract Code Section 22300, substitution of securities for any moneys withheld by the County of Fresno to ensure performance under the contract shall be permitted. The Board of Supervisors reserves the right to reject any or all bids. Board of Supervisors, County of Fresno Jean Rousseau, County Administrative Officer Bernice E. Seidel, Clerk to the Board Issue Date: May 22, 2018 Contract Number 18-05-J, 18-06-J Notice to Bidders - 5