Similar Projects
Electrical, Framing, Mechanical, Flooring,Plumbing, Drywall
Alteration
Design
San Francisco, CA 94128

Folsom Hydraulic Cylinder Replacement (HCR)
Infrastructure
Bidding
$25,000,000 CJ est. value
Folsom, CA 95630

Gas Detection System Refurbishment
Infrastructure
Bidding
$100,000 CJ est. value
Oceanside, CA 92054

New ES Replacement Campus Increment No. 2
Renovation
Sub-Bidding
$40,000 CJ est. value
Weed, CA 96094

Construction Job Order Contracting - General Services Department (Plumbing Construction)
Term Contract
Sub-Bidding
Santa Cruz, CA 95060

Modular Classroom Restroom Addition At Haynes Elementary School
Renovation
Post-Bid
Ontario, CA 91762

Building D 2nd Floor Labs Mechanical System Upgrades
Alteration
Post-Bid
$600,000 est. value
Long Beach, CA 90808

Plumbing Services
Term Contract
Results
$200,000 est. value
San Jose, CA 95128

Plumbing Contractor
Term Contract
Results
Concord, CA

District 22 Trunk Sewers Group 1 Rehabilitation
Infrastructure
Bidding
$4,200,000 CJ est. value
Glendora, CA 91741

Citywide Plumbing Services
Term Contract
Sub-Bidding
$75,000 CJ est. value
Laguna Beach, CA 92677

Plumbing Services BPA
Term Contract, Alteration
Post-Bid
Edwards, CA

District Wide HVAC Replacements 11 Campuses (COVID) - Plumbing
Alteration
Results
$1,000,000 est. value
Hesperia, CA 92344

Programmable Logic Controller (PLC) and Primary Effluent Pumping Control Upgrade
Term Contract
Sub-Bidding
Tracy, CA 95376

"As Needed" Plumbing Services
Term Contract
Post-Bid
Eureka, CA 95501

Last Updated 11/21/2022 01:49 AM
Project Title

Job Order Contracts - Plumbing Contracting Services

Physical Address View project details and contacts
City, State (County) Redwood City, CA 94063   (San Mateo County)
Category(s) Single Trades
Sub-Category(s) Plumbing
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Bids shall be submitted using forms furnished in the Project Manual(s) and in accordance with Instructions to Bidders and shall be accompanied by a Certified or Cashiers Check or Bid Bond for $25,000. Only one bid per contractor shall be submitted for all contracts. The apparent lowest, responsive, and responsible bidder shall be selected for consideration for award of each JOC contract but will be excluded from consideration for each successive contract. The County reserves the right to award two (2) Job Order Contracts for Plumbing Contracting Services: JOC-2313 and JOC-2314. One (1) contract will be awarded to the successful lowest bidder and one (1) to the second lowest bidder. The County of San Mateo may award up to two 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. 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 are 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 sub- contractors 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 $250,000.00 will be required for the faithful performance of each contract, and a separate bond in the amount of $250,000.00 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 two hundred fifty thousand 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 individual Projects, consisting of specific construction tasks, at different locations. The scope of these JOC Contracts is for plumbing contracting services to include repair, replacement and other related repetitive plumbing 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 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 Groups (Gordian) Job Order Contracting (JOC) Solution for their JOC program. The Gordian JOC SolutionTM includes Gordians proprietary JOC Software and JOC Applications, construction cost data, and Construction Task Catalog which shall be used by the Contractor solely for the purpose of fulfilling its obligations under this Contract, including the preparation and submission of Job Order Proposals, Price Proposals, subcontractor lists, and other requirements specified by the County. The Contractor shall be required to execute Gordians JOC System License and Fee Agreement and pay a 1% JOC System License Fee to obtain access to the Gordian JOC SolutionTM. The JOC System License Fee applies to all Job Orders issued to the Contractor under the terms this Contract. The Contractor shall include the JOC System License Fee in the Adjustment Factors. 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 Prices, 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 Contractors Job Order 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 plumbing contracting services 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. 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 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

Details

Division 22 - Plumbing, Common Work Results for Plumbing.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents