CEDC - Dolores Huerta Gardens

Scope of Work includes complete site improvements with landscaping and irrigation, electrical, mechanical, plumbing, and associated trade work to complete the project.

Status

Pending

Company

Lauterbach & Associates Architects

Location

“Dolores Huerta Gardens” 2161 Etting Road Oxnard, CA 93003 Etting Road, L.P.

1. THE WORK

“Dolores Huerta Gardens”

2161 Etting Road

Oxnard, CA 93003

Etting Road, L.P.

SCOPE:

a. Dolores Huerta Gardens Development

The work of Dolore Huerta Gardens (“Project”) is shown on the Drawings and described in the Specification Sections of the Project Manual. The Project is a new construction multi-family residential development on a 1.98-acre vacant lot site, consisting of (3) three-story building with 58 units of affordable housing with access provided to the second and third floor units by (1) elevator. The proposed 58,653 square foot total floor area includes the 58 units consisting of (19) one-bedrooms, (21) two-bedrooms, and (18) three-bedrooms, typical residential utility spaces, and lobby entry. Adjacent to the lobby entry the first floor will have a community room (1060 SF) and on the second floor there will be Veterans Services area (1207 SF.) The Project includes two playground areas, one (772 SF) area and (542 SF) area in the interior courtyard, both with rubber surfacing. The Project will be compliant with the California Green Building Standards Code and GreenPoint Checklist which specifies the type of material which can be used and the construction standard for installing these materials [GreenPoint Checklist can be found in Attachment C.] The Project will also include Photovoltaic panels, which will be design-build along with (8) EV charging stations or for residential use [PV/EV requirements are found in Attachment D.]

Scope of Work includes complete site improvements with landscaping and irrigation, electrical, mechanical, plumbing, and associated trade work to complete the project.

Residential building arranged into 3 quadrants, 3 story height, 51,500 SF.

1. Wood frame Type V-A (1 hour) Construction.

2. (20) one bedroom, (20) two bedroom and (18) three-bedroom units.

3. (2) detached trash enclosures.

4. Outdoor BBQ and reading areas, common area amenities.

5. Play structures.

6. Laundry facilities.

7. Office for on-site social services for veterans and special needs residents.

All work shall conform to applicable wage and hiring requirements including, but not limited to, Residential State Prevailing Wages in force at the time of construction and payroll certification as required by funding partners.

Contractor will be required to conduct outreach to Minority Business Enterprises (MBE), Women Business Enterprises (WBE), Small Business Enterprises (SBE), and Disadvantaged Business Enterprises (DBE). Owner encourages the Contractor to contact with these priority businesses to the extent possible. Hard copy of evidence of this outreach and communication shall be submitted to the owner for verification.

The Contract will be based on a modified AIA Document A102 (2017) – Standard Form of Agreement between Owner and Contractor where the basis of payment is the Cost of the Work plus a Fee with a Guaranteed Maximum Price and a modified AIA A201- General Conditions of the Contract with a maximum 14% cap on all contractor fees. Included in the GC Bidding Package will be a sample contract provided by Goldfarb & Lipman on behalf of Cabrillo Economic Development Corporation.

The Contract will require a 100% Payment and Performance Bond and all Bond forms and issued Bonds shall conform to the Owner’s risk management department.

The Notice to Proceed (NTP) will be issued on or about Wednesday, February 2, 2023. Work shall commence within 14 calendar days from the Notice to Proceed on February 16, 2023.

2. SECURING DOCUMENTS

Bid documents consist of Instructions to Bidder, Drawings, and all supporting documents listed in Section 17 of the Instruction to Bidder. The bid documents and drawings are available and can be found in the Plan Room [https://www.coastplanroom.com/] any changes to the remaining bid documents will be available Friday, December 2, 2022.

https://www.coastplanroom.com/

3. PRE‐BID CONFERENCE /JOB WALK

The site is vacant, though access to the site is currently unsecured and a site visit can be coordinated through S.L. Leonard & Associates. If interested General Contractor’s wish to walk the site, please contact John Matthews [Jmatthews@slleonard.com] & Cabrillo Economic Development Corporations Project Manager of Dolores Huerta Gardens, Ryan Ortiz [ROrtiz@cabrilloedc.org] by no later than November 30, 2022, to schedule a site visit.

4. RECEIPT OF BIDS

Two printed copies and one electronic copy on a thumb drive of the proposal in a sealed envelope bearing the title of the Work, and the name of the bidder will be sent to:

Ryan Ortiz, Project Manager

702 County Square Drive

Suite #200

Ventura, CA 93003

ROrtiz@cabrilloedc.org

805-746-4608

One electronic copy of the proposal will be emailed to:

John Matthews, Construction Manager

S. L. Leonard & Associates, Inc.

jmatthews@slleonard.com

no later than: January 6, 2022, at 5:00pm

Owner may refuse any proposals received after that time. Proposals will be opened privately.

5. WITHDRAWAL OF BIDS

A bidder may withdraw their proposal, either personally or by written request, at any time prior to the scheduled time of submission of Bids.

6. RESERVATION OF RIGHTS BY OWNER

The Owner reserves all rights to reject any or all Bids by December 19, 2022, to waive any informality in any proposal or in the bidding procedure at the sole discretion of the Owner, to award the Contract to a qualified Contractor other than the lowest responsible Bidder, to have constructed the entire Work encompassed by the Drawings and Specifications or such part or parts of the Work as the Owner may elect, and to reject any Subcontractor who, in the Owner’s opinion, is not qualified to perform the class of Work involved. Both Parties, the Owner and qualified Contractor, shall in good faith work together to negotiate the contract and scope of work.

7. EXAMINATION OF THE DOCUMENTS AND SITE WORK

Before submitting a proposal, each bidder shall examine the Drawings carefully, shall read all Contract Documents (includes Attachments A-N). Each bidder shall fully inform themselves prior to bidding as to the existing conditions and limitations under which the Work is to be performed, and shall include in the bid a sum to cover the cost of items necessary to perform the Work with good quality of workmanship and product as set forth in the proposed Contract Documents. No allowance will be made to a bidder because of lack of such knowledge. The submission of the proposal will be considered as conclusive evidence that the bidder has made such examination. Bidder may contact the City or County agencies during the bid process to verify existing utilities or other existing features that would be required to complete the project.

8. INTERPRETATION OF PROPOSAL DOCUMENTS PRIOR TO BIDDING

All bidders shall make sure they fully understand the plans and documents provided in this package. If any part of the package is unclear or there are discrepancies or omissions, they shall submit to the owner a written Request for Information (RFI) and allow sufficient time for the owner to reply. Submittal of proposed product and materials, i.e., light fixtures, plumbing fixtures, roofing, shall be submitted prior to bid date for approval by owner.

Request for Information (RFI) regarding the proposal documents must be received by the Owner, in writing, no later than December 20, 2022. Requests must be submitted from the General Contractor. The Owner will not accept questions by telephone, and in no case will questions be accepted from subcontractors or material suppliers. All requests should be submitted to:

Project Manager - Cabrillo Economic Development Corporation

Ryan Ortiz - ROrtiz@cabriloedc.org, and;

Construction Manager – S.L. Leonard & Associated, Inc.

John Matthews jmatthews@slleonard.com, and;

Project Manager – Lauterbach & Associates Architects

Anne Randall <anne.randall@la-arch.com>

Clarifications will be issued by the Owner in the form of an Addendum no later than:

December 23, 2022.

Interpretation or correction of proposal documents will be made only by Addendum and will be mailed, emailed or delivered to the general contractor bidder of record. The Owner will not be responsible for any other explanations or interpretations of the proposal documents.

The contents of the Addendum shall form part of the proposal documents. Bidder shall acknowledge receipt of the Addenda in the Bid Form.

9. PROOF OF COMPETENCY OF BIDDER

The bidder may be required to furnish evidence satisfactory to the Owner that they and their proposed subcontractors have sufficient means and experience in the types of work called for to assure completion of the Contract in a satisfactory manner. The Contractor shall deliver a complete system with all components as new. No used parts or materials will be accepted.

The Owner may request Bidder to submit additional information regarding the experience and qualifications of the listed Subcontractors, which, if requested, shall be provided within 72 hours after Owner’s request.

Each bidder shall furnish the following documents with the proposal:

• A305 Contractor’s Qualification Statement

• Prior three (3) years of audited financials

These documents should be submitted in a separate sealed envelope addressed to:

Ryan Ortiz

702 County Square Drive

Suite #200

Ventura, CA 93003

ROrtiz@cabrilloedc.org

805-746-4608

10. CONTRACTOR’S LICENSE

The Bidder, at the time of bidding, must have the appropriate valid licenses for the Work to be performed under the Contract, and licenses shall be kept in full force for the duration of the Contract.

11. PERFORMANCE AND LABOR MATERIAL PAYMENT BONDS

The successful bidder upon entering into a contract for construction with the Owner shall secure, pay for and file in duplicate, with the Owner, Performance and Payment Bonds issued by a bonding company licensed to transact business in the locality of the project and acceptable to the Owner. The Performance and Payment Bonds shall be in the full amount of the Contract Price.

12. WAGE REQUIREMENTS

Each bidder shall comply with the current residential prevailing wage rates as established by the State of California Department of Labor. The wage determinations are pending. The General Contractor will be fully responsible for following all regulations related to wage determination and payment to subcontractors may be withheld if proof of compliance is not provided in a timely manner.

13. LOCAL HIRING AND EQUAL OPPORTUNITY HIRING REQUIREMENTS

The project will also be subject to hiring requirements, please find these requirements in the proposed in AIA A102 & A201.

All parties involved in connection with the project, including contractors and their subcontractors, are subject to local hire and equal opportunity hiring requirements and periodic reporting requirements.

14. SCHEDULE OF VALUES

Each bidder shall furnish an itemized proposed Schedules of Values with the proposal. The Schedule of Values shall reflect the total cost of the project and be based on the proposal documents and be in sufficient detail to demonstrate the bidder’s knowledge and understanding of the project.

No substitutions or value engineering is permitted. If necessary, clarifications or exclusions shall be detailed in a separate document and submitted as a Request for Information (RFI).

In accordance with the guidelines established by the California Code of Regulations Title 4, Division 17, Chapter 1, Section 10327(c)(1): the General Contractor will be limited to a maximum of 14% of direct costs for general conditions, overhead and profit.

In accordance with California Code of Regulations Title 4, Division 17, Chapter 1, Section 10327 (c)(1): The Builder overhead, profit and general requirements. An overall cost limitation of fourteen percent (14%) of the cost of construction shall apply to builder overhead, profit, and general requirements, excluding builder’s general liability insurance. For purposes of builder overhead and profit, the cost of construction includes offsite improvements, demolition and site work, structures, prevailing wages, and general requirements. For purposes of general requirements, the cost of construction includes offsite improvements, demolition and site work, structures, and prevailing wages. Project developers shall not enter into fixed-price contracts that do not account for these restrictions, and shall disclose any payments for services from the builder to the developer.

15. CONSTRUCTION TIME

Each bidder shall furnish a proposed Construction Schedule with the proposal. The proposed construction schedule should include fifteen (15) inclement weather days. The Owner may consider the proposed time for completion in determining the successful Bidder.

16. ADDITIONAL REQUIRED RESPONSES

Each bidder shall include responses to following questions:

1. Please include a team organizational chart with resumes of key team members.

2. Please describe how you develop value engineering recommendations and provide examples of value engineering documents and checklists you provide to the Owner and design team. In your description, please detail your value engineering process including the number of subs you receive bids from.

3. Please list the projects you currently have in progress or planned to be in progress during the next two years. Please include construction start and completion dates and estimated contract value.

4. Please describe your experience with GreenPoint certified projects and provide examples of how you have helped Owners meet GreenPoint or other green certification standards cost effectively.

5. Please describe how you ensure projects obtain to CASp approval before and during construction, how you address CASP issues, and how you have helped Owners resolve CASP issues to obtain CASP approval.

6. Please describe projects with utility connections/services during construction, including how you help Owners resolve utility related issues.

7. Please describe your experience with California Housing and Community Development (“HCD”) projects and other projects in the same jurisdiction (City or County) as the project.

8. Please describe your approach to contracting with Disabled Veterans Business Enterprise (DVBE), Minority Business Enterprises (MBE), Women Business Enterprises (WBE), Small Business Enterprises (SBE), Disadvantaged Business Enterprises (DBE), and the local labor force. What is your outreach process? What is your success rate? How do you track your progress contracting with these firms?

9. Please list the construction trades, if any, you will self‐perform.

10. Please list any collective bargaining agreements your firm is a party to.

11. List of specific objections to Attachment I.c and Attachment M. Unless specific objections to Attachment I.c and Attachment M are included with the bid submission, contractor accepts both agreements as modified.

12. Please complete Attachment N, template of General Conditions and General Requirement costs that are to be factored into the 14% requirement.