County of Butte Job Order Contract County Project No. JOC 2025/2026 COUNTY OF BUTTE STATE OF CALIFORNIA DEPARTMENT OF PUBLIC WORKS B. NOTICE TO BIDDERS Sealed proposals will be received at the office of the Director of Public Works, 7 County Center Drive, Oroville, California, until 10:00 am on Tuesday, August 19, 2025 at which time they will be publicly opened and read aloud for construction in accordance with the project specifications and plans to which special reference is made, as follows: County of Butte Job Order Contract 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 of Butte ("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. All work performed shall be in conformance with the California Department of Transportation 2022 Standard Specifications and these Special Provisions, unless specified herein. All work shall include furnishing all labor, tools, materials, equipment, and incidentals necessary to complete the project as shown on the plans, as described in the Special Provisions, or as directed by the Engineer. The Contractor will bid on four Adjustment Factors to be applied to the Unit Prices. One Adjustment Factor for performing work during Normal Working Hours (General Properties), a second Adjustment Factor for performing work during Other Than Normal Working Hours (General Properties), a third for performing work during Normal Working Hours (Remote Properties), and a fourth for performing work during Other Than Normal Working Hours (Remote Properties). The same four Adjustment Factors shall apply to every Pre-priced Task in the Construction Task Catalog®. As a result of this Invitation to Bid, the County may award up to four (4) Job Order Contracts to the lowest, responsive, responsible bidders, Contract Nos. PW-JOC26-01, PW-JOC26-02, PW-JOC26-03 and PW- JOC26-04. PW-JOC26-01 will be awarded to the lowest responsive, responsible bidder, PW-JOC26-02 will be awarded to the next lowest responsive, responsible bidder, PW-JOC26-03 will be awarded to the next lowest responsive, responsible bidder, and PW-JOC26-04 will be awarded to the next lowest responsive, responsible bidder. A single contractor may only be awarded and hold one of the four contracts listed above. Subsequent to the execution of a Job Order Contract, as projects are identified, project-specific Job Orders will be issued. The Contractor will jointly scope the work with the County. The County will prepare a Detailed Scope of Work and issue a Request for a Job Order 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, a construction schedule, and other requested documentation. 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 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 Prepriced Task (Unit Price x quantity x Adjustment Factor) plus the value of all Non-Prepriced Tasks. The Job Order Price shall be a lump sum, a 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 work of this Contract will be set forth in the Detailed Scope of Work referenced in the individual Job Orders. The Contractor is required to complete each Detailed Scope of Work for the Job Order Price within the Job Order Completion Time. This Contract is for construction work and related services to be performed within Butte County, and as such, the County reserves the right to require the Contractor to work at any location or facility under the jurisdiction of Butte County Public Works. Project Information Access - Digital bid documents (Plans and Special Provisions) may be obtained for free at the Butte County Public Works Website at: https://www.buttecounty.net/961/Projects You must be registered with Public Purchase (Free Registration) prior to accessing documents. There is no fee for obtaining bid documents through Public Purchase. Select the project name from the Public Purchase list to obtain digital bid documents, ask questions regarding the project, and view plan holder's list. If you need assistance regarding the use of Public Purchase, go to their website at www.publicpurchase.com and select the CHAT or HELP buttons in the upper left-hand corner of the webpage. Any person who has accessed the project will automatically get addendum notifications emailed to them. Butte County Public Works will no longer provide hard copies of bid documents. A mandatory pre-bid meeting is scheduled for this project on: Thursday, August 7, 2025, at 10:00 A.M. Department representatives will be available to answer questions at the pre-bid meeting. Questions not asked during the pre-bid meeting must be posted on Public Purchase. All visitors must check in at the Front Desk located at 7 County Center Drive in the City of Oroville. All Proposal PF pages contained within the project Specifications booklet must be included in the bid submittal unless otherwise specified as required per Job Order. The successful bidder shall furnish a payment bond and a performance bond. Bids must be accompanied by bidder's security of $25,000. The successful bidder shall furnish a payment bond and a performance bond in the amount of $1,000,000 each as security for the payment of all persons performing and furnishing materials in connection with this Contract. If the aggregate outstanding Job Orders issued under the contract exceeds $1,000,000, increases in the Payment and Performance Bonds in increments of $500,000 will be required such that the amount of the Payment and Performance Bonds are not less than one hundred percent (100%) of the outstanding aggregate Job Orders issued. Bonds shall remain in force for the duration and until completion of any outstanding Job Order. At no time may the sum of outstanding Job Orders exceed the amount of the Payment and Performance Bonds. Additionally, a "Letter of Bond Ability" will be submitted with the contractor's proposal from the same surety company stating that the Contractor has the ability to bond to the Maximum Contract Value. The term of this Contract is 365 calendar days from the date of contract execution. 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. The Minimum Contract Value for each Contract is $0.00. The Contractor is guaranteed to receive the opportunity to perform Job Orders totaling at least $50,000 during the term of the Contract. The Maximum Contract Value is per the State Maximum allowable by the Public Contract Code Section 20128.5, adjusted annually to reflect the percentage change in the California Consumer Price Index since January 1998, which at this time is approximately $6,023,368.73. The Contractor may be issued Job Orders totaling the Maximum Contract Value during the Contract term. The Contractor is not guaranteed to receive this value in Job Orders. It is merely an estimate. The County has no obligation to give the Contractor the opportunity to perform Job Orders in excess of the Minimum Contract Value. The County selected The Gordian Group's (Gordian) Job Order Contracting (JOC) System for their JOC program. The Gordian JOC SolutionTM includes Gordian's proprietary JOC Information Management System ("JOC IMS"), 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, subcontractor lists, and other requirements specified by the County. The Contractor shall be required to execute Gordian's General Terms of Use, and pay a 1% JOC System License Fee (License Fee) on all Job Orders issued to obtain access to the Gordian JOC SolutionTM. Bids are required for the entire work described herein. This contract is subject to State contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424 - 9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. The Board of Supervisors has ascertained, pursuant to Section 1773 of the Labor Code, the general prevailing wage rates for straight time, overtime, Saturday, Sunday and holiday work applicable to the work to be done in Butte County are the same as the general prevailing wage rates as determined by the California Department of Industrial Relations. State Prevailing Wages can be found online at: http://www.dir.ca.gov/OPRL/PWD/Index.htm The labor surcharge and equipment rental rates to be used under this contract shall be as listed in the State of California Department of Transportation Division of Construction publication entitled "Labor Surcharge and Equipment Rental Rates" that are in effect when the work is accomplished. The attention of bidders is particularly directed to the provisions of Section 5-1.12, "Assignment," of the Standard Specifications regarding assignment of the contract. Contractor's attention is directed to Section 3-1.06, "Contractor License" of the Standard Specifications. The Contractor and any Subcontractors shall possess a Class A license or a combination of classes required by the categories and types of work included in this contract at the time this contract is awarded through Contract acceptance (Public Contract Code � 10164). The County of Butte reserves the right to reject any or all bids and to waive any informality in any bid. Bidders' attention is particularly directed to Government Code Section 14402 relating to money withheld to insure performance of the contract. No bid will be considered unless it is made on a blank form furnished by the Butte County Department of Public Works and is made in accordance with the provisions in Section 2, "Bidding" of the standard Specifications. Bidder's attention is directed to properly responding to all proposal attachments. Sections 2-1.06A through 2-1.11 (inclusive), and Section 2-1.47, "Bid Relief" of the Standard Specification shall not apply. THE FOLLOWING FORMS SHALL BE COMPLETED AND SIGNED (WHERE REQUIRED), AND SUBMITTED TOGETHER TO CONSTITUTE A FULLY RESPONSIVE BID: 1) TABLE OF REQUIRED FORMS REQUIRED GENERAL FORMS Bid Form Page(s) PF-1-2 Bid Schedule Page(s) PF-3 Equal Opportunity Certification Page(s) PF-6 Public Contract Code Section 10285.1 Statement Page(s) PF-7 Public Contract Code Section 10162 Questionnaire Page(s) PF-8 Public Contract Code Section 10232 Statement Page(s) PF-9 Noncollusion Affidavit Page(s) PF-10 Debarment and Suspension Certification Page(s) PF-11 Proposal Signature Page Page(s) PF-12 Bidder's Bond Page(s) PF-13 Letter of Bond Ability from the surety company as described on NB-2 Inquiries or questions based on alleged patent ambiguity of the plans, specifications, or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, if submitted after bid opening, will not be treated as a bid protest. All questions, inquiries, or any other communication relating to this project shall be made through Public Purchase. Refer to the previous section entitled "Project Information access" for instructions on accessing the Public Purchase website. All Requests for Information inquiries shall be submitted prior to 7 calendar days of the bid opening date. COUNTY OF BUTTE Bid Publish Date: August 5, 2025 Department of Public Works Bid Due Date: August 19, 2025 Joshua H. Pack, Director