Procurement Portal

SAFCA Job Order Contracts 2022
Post Information
- Posted At:
- Thu, Aug 4, 2022 4:33 PM
- Sealed Bid Process:
- Yes (Bids Unsealed / Pricing Unsealed)
- Private Bid:
- No
1. Introduction
1.1. Summary
The Project includes, without limitation, furnishing all necessary labor, materials, equipment and other incidental and appurtenant Work necessary to satisfactorily complete the Project, as more specifically described in specifications. This Work will be performed in strict conformance with the specifications, permits from regulatory agencies with jurisdiction, and applicable regulations. The quantity of Work to be performed and materials to be furnished are approximations only, being given as a basis for the comparison of Bids. Actual quantities of Work to be performed may vary at the discretion of the Agency.
1.2. Contact Information
Department:
Sacramento Area Flood Control Agency
Department Head:
Richard M. Johnson
Executive Director
1.3. Timeline
https://saccounty.webex.com/saccounty/j.php?MTID=m753e31a6cf16b5008b8b34deb60e175e
THE SACRAMENTO COUNTY
ELECTRONIC BIDDING PORTAL
(https://procurement.opengov.com/portal/saccounty)
2. Notice to Contractors
2.1. ADVERTISEMENT SUMMARY
Notice is hereby given that the Board of Directors of the Sacramento Area Flood Control Agency will receive sealed bids for the following project:
Bid Date: Thursday, September 1, 2022
Submit Bids To: COUNTY OF SACRAMENTO. SUBMIT ELECTRONIC RESPONSES VIA THE SACRAMENTO COUNTY ELECTRONIC BIDDING PORTAL (SACCOUNTYEBIDS). BIDDERS MUST ELECTRONICALLY SUBMIT THEIR BID ONLINE NO LATER THAN 2:00 PM ON THE DAY OF THE BID. BID OPENING(S) WILL BE ONLINE AT 2:00 PM AT THE FOLLOWING LINK: SACCOUNTYEBIDS.
Responses delivered by hand, fax, telephone, e-mail, or any postal carrier will not be accepted. If bidder uploads a file to SacCountyEbids, it is the bidder's responsibility to ensure the file is not corrupt or damaged. If County is unable to open an attachment because it is damaged, corrupt, infected, etc., it may disqualify bidder’s submission. See this training guide for assistance in entering your online response.
FOR: SAFCA Job Order Contracts 2022
CONTRACT NUMBER: JOC-009, 010, 011, 012
ESTIMATED CONSTRUCTION COST: $0 (minimum) to $2,000,000.00 (maximum) each.
ESTIMATED ADJUSTMENT FACTORS:
- Normal Working Hours in Non Secured Facility: 1.2250
- Other than Normal Working Hours in Non Secured Facility: 1.2650
CONTRACTOR LICENSE REQUIRED: General Engineering Contractor, Class A
PRE-BID QUESTIONS DUE VIA Q&A: Date: Thursday, August 25, 2022 No later than: 5:00 pm
2.2. PROJECT DESCRIPTION
The work to be performed under this contract includes the furnishing of all labor, materials, and equipment for a Job Order Contract.
A Job Order Contract (hereinafter called JOC) is a competitively bid, firm fixed priced indefinite quantity contract. The contract documents include a Construction Task Catalog® containing a collection of detailed repair and construction tasks and specifications that have established Unit Prices. All Unit Prices are based on local labor, materials and equipment prices and are for the direct cost of construction. Ordering is accomplished by means of issuance of a Job Order pursuant to the Contract.
The County uses the JOC System from The Gordian Group (Gordian) for their JOC Program. The Gordian JOC Solutions includes Gordian’s 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 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 JOC System License Fee applies to all Job Orders issued to the Contractor under the terms of this Contract. The Contractor shall include the JOC System License Fee in the Adjustment Factors.
The Contractor, under the JOC, furnishes all management, labor, materials, equipment, and required plan check and permits from local jurisdictions needed to perform the work.
2.3. CONTRACT INFORMATION
On Friday, August 19, 2022; Contract Documents will be available at: SacCountyEbids
SAFCA's Standard General Specifications, which are incorporated by reference in the Contract Documents, may be downloaded from the attachments tab or found on SAFCA's website at https://www.safca.org/about/contracting-opportunities/.
The contracts awarded will be on the basis which results in the lowest total overall cost to the County for the contracts.
It is intended that4 contract(s) will be awarded – one to each of the4 lowest responsive bids.
Each bidder may submit one and only one bid for this solicitation. If a bidder submits more than one bid for this solicitation; then that bidder will be disqualified and those bids will be returned to the bidder unopened.
The Contractor shall have the opportunity to perform Job Orders during the term of the contract as described in the JOC Special Conditions, 8.1 (e.g. ordering work by considering rotation, past and current performance of Job Orders, responsiveness, and/or proposal price vs. independent estimate). The Maximum Contract Amount for each JOC will be $2,000,000.00 each. The Contractor is not guaranteed to receive this volume of Task Orders - this is an anticipated amount.
The term of the JOC will be for 365 calendar days or expenditure of the Maximum Contract Amount of the Contract, whichever occurs first.
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.
2.4. JOC Adjustment Factor
Each bidder must submit two price Adjustment Factors to be considered responsive. These same Adjustment Factors must apply to all Unit Prices of Pre-priced Tasks listed in the Construction Task Catalog® of the contract documents. The first Adjustment Factor will be applied to that work anticipated to be accomplished during Normal Working Hours. The second Adjustment Factor will be applied to that work anticipated to be accomplished during Other Than Normal Working Hours.
The Construction Task Catalog® is priced at a net value of 1.0000. The bid shall be an increase to (e.g., 1.2345) or decrease (e.g., 0.9876) to 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.
For bid evaluation purposes only, it is estimated that the work to be accomplished during Normal Working Hours will = 80%, and Other Than Normal Working Hours will = 20%. However, actual work may deviate substantially. These work distributions shall be used to determine the Award Criteria Figure only.
2.5. MANDATORY PRE-BID MEETING
A mandatory pre-bid meeting will be held on Friday, August 19, 2022, at 1:00 pm
The pre-bid conference will be held virtually via WebEx at the following link: https://saccounty.webex.com/saccounty/j.php?MTID=m753e31a6cf16b5008b8b34deb60e175e.
A MANDATORY pre-bid conference is required for the purpose of reviewing the JOC Program. To be eligible to have a bid accepted on these JOCs, a representative of the prime contractor who is going to bid must submit the agency provided form attesting that the Bidder reviewed the information of the pre-bid conference either by attending the online pre-bid conference or reviewing a recording of the online pre-bid conference. Submit attestation form not later than the date and time as shown on the first page of this notice.
2.6. BID GUARANTEES
Each bid must be submitted on the bid forms provided in the Contract Documents; however, if none are provided, the surety may issue on its own paper. Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check or cashier's check payable to the Treasurer of Sacramento County, or cash for an amount not less than $25,000.
2.7. BONDS
The successful bidder shall be required to execute a material and labor Payment Bond and Performance Bond, issued by a corporate surety, acceptable to the County of Sacramento, each for not less than one hundred percent (100%) of the contract price.
Pursuant to Public Contract Code, section 22300, the Contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract. The Contractor must notify the County of its intent to pursue this option prior to the issuance/execution of a contract.
2.8. LICENSE REQUIREMENTS
Award of this contract requires a valid California contractor's license with the classification identified above.
Public Contract Code, section 4104(a)(1), requires that any person making a bid must submit the name, location of the place of business, and the subcontractor’s license number on the bid form.
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.
2.9. LABOR COMPLIANCE PROGRAM (FEDERAL FUNDING)
All labor on the project shall be paid no less than the minimum wage rates as established by the U.S. Secretary of Labor or as determined by the Director of the California Department of Industrial Relations. The higher of the two rates will be paid in accordance with the following statutes:
- The Davis Bacon Act and related federal acts; or
- California Labor Code section 1770 et seq.
Copies of the minimum wage rates established by the Secretary of the U.S. Department of Labor (www.wdol.gov) and the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations (http://www.dir.ca.gov/OPRL/PWD/index.htm) are on file at the office of the Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, California 95827, and are available upon request.
The Sacramento Area Flood Control Agency will not accept lower State wage rates not specifically included in the Federal Minimum Wage Decision. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal Wage Decision. Where the Federal Wage Decision does not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question.
The County of Sacramento received final approval from the Director of the California Department of Industrial Relations to enforce a Labor Compliance Program effective March 15, 1994. All questions regarding this Labor Compliance Program and prevailing wage requirements should be directed to the office of Labor Compliance Program at 916-875-2711.
This is a construction project in accordance with Labor Code section 1771.5.
2.10. NON-DISCRIMINATION
This contract is subject to State contract non-discrimination and compliance requirements pursuant to Government Code section 12990.
The Sacramento Area Flood Control Agency hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged & minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
2.11. BUY AMERICA
This project is subject to the “Buy America” provisions of the Surface Transportation Assistance Act of 1982, as amended by the Intermodal Surface Transportation Efficiency Act of 1991 (23 USC 313).
2.12. QUESTIONS
Direct pre-bid questions to the Contract Specialist, Jennifer Heredia, via the Q&A tab in the portal. ALL PRE-BID QUESTIONS MUST BE SUBMITTED IN WRITING VIA THE Q&A PORTAL NO LATER THAN Thursday, August 25, 2022 BY 5:00 pm. Questions received after that time will not be answered. Responses will be by addenda to the bid documents.
The Board reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in their judgment, is the lowest responsive bid of a responsible Bidder.
Pursuant to the California Public Contract Code 20128.5, Board of Directors may award individual annual contracts.
3. Vendor Submissions
Number of Addenda
To be eligible to have a bid accepted on this JOC, you must have submitted the attestation form by the deadline listed in the NTC.
I, or an authorized representative from my company, attended the online mandatory pre-bid conference, or watched the recorded video of the mandatory pre-bid conference for this JOC, and submitted the attestation form.
Bid security must be a bidder bond, a certified check or cashier’s check payable to the Treasurer of the County of Sacramento, or cash. Bids secured by personal checks or personal guarantees will be rejected.
Upload a scanned copy of your fully executed bid bond here if Contractor is submitting a scanned bid bond.
Please enter your Bid Bond information from Surety2000 below If Contractor is submitting an E-Bid Bond
Project ID: SAFCA Job Order Contract 2022
Bid Security: $25000
The undersigned declares:
I am an authorized representative with binding authority for my company, the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on the date this bid is submitted.
(California Public Contract Code, sections 2202-2208)
When responding to a bid or proposal or executing a contract or renewal for a County of Sacramento contract for goods or services of $1,000,000 or more, a vendor must either:
- certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or
- demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please select one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code section 2205.)
OPTION #1 - CERTIFICATION
I certify I am duly authorized to execute this certification on behalf of the vendor/financial institution, and the vendor/financial institution is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS.
OPTION #2 – EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please select "EXEMPTION" below, and attach documentation demonstrating the exemption approval with your electronic submission.
State your Company's Name Here. This will be verified against the California Secretary of State's Website.
Please enter your License Number here. This will be verified against the state database
Expiration Date:
Classification(s):
Please enter your Public Works Contractor Registration Number. This will be verified against the state database.
Please enter your legal entity name for SAM.gov verification.
The Bidder shall enter the Adjustment Factors to four digits past the decimal point. Failure to enter all Adjustment factors will result in the Bid being deemed non-responsive.
Enter your bid for unit work requirements to be performed during Normal Working Hours (6:00 AM to 8:00 PM Monday through Friday except Agency Holidays”) as ordered by Agency in individual Job Orders against the Contract.
MultiplyItem 1 Adjustment Factor Bid by 0.80, then enter result here to four digits past the decimal point.
Enter your bid for unit work requirements to be performed during Other Than Normal Working Hours (8:01 PM to 5:59 AM Monday through Friday and all day Saturday, Sunday and Agency Holidays as ordered by Agency in individual Job Orders against the Contract.)
* The Other Than Normal Working Hours Adjustment Factor must be equal to or greater than the Normal Working Hours Adjustment Factor. Failure to do so shall result in a rejection of the Bid.
Multiply Item 2 Adjustment Factor Bid by 0.20, then enter result here to four digits past the decimal point.
Add Extended Total Item 1 plus Extended Total Item 2. Then, enter result here to four digits past the decimal point.
This Sum is the Award Criteria Figure.
Respondents should confirm understanding of the following:
1. Adjustment Factors and extended totals should be rounded to four (4) decimal places. Use conventional rounding methodology (i.e., if the number in the 5th decimal place is 0-4, the number in the 4th decimal remains unchanged; if the number in the 5th decimal place is 5-9, the number in the 4th decimal is rounded upward).
2. The Other Than Normal Working Hours Adjustment Factor must be greater than or equal to the Normal Working Hours Adjustment Factor.
3. The Agency reserves the right to correct arithmetic errors in the event of a discrepancy, the Adjustment Factors listed in the column titled “Adjustment Factor Bid” shall take precedence and be used to calculate the extended totals.
4. The weighted percentages (x multiplier) presented above are only for calculating the Award Criteria Figure. There is no guarantee that the work ordered will be consistent with the weighted percentages. The Award Criteria Figure is only used to compare bids. It is not used to prepare Price Proposals. When preparing Price Proposals, the Bidder shall use one or more of the Adjustment Factors written above.
Note: Please carefully review the Construction Task Catalog®, Instructions and Technical Specifications.
The Adjustment Factors include, but are not limited to the following: Business costs such as overhead costs, insurance and bonding, profit, cost of financing the work, taxes, Subcontractor’s overhead and profit, cost of financing the Work, business risks such as the risk of a lower than expected volume of work, smaller than anticipated Job Orders, inflation or material cost fluctuations; and project related costs such as field offices, equipment and supplies, project management and project supervision, services required to complete project filings and obtain permits, preparation and modification of sketches, drawings, submittals, as-built drawings, and other project records, all taxes for which a waiver is not available, containment of construction of dust and debris, and daily cleanup.
These Adjustment Factors will be used to price out fixed price Job Orders by multiplying the applicable Adjustment Factor by the unit prices set forth in the Construction Task Catalog® and the quantity of work required.
Please confirm understanding of the following:
CONTRACT SUM:
1. This Contract is an indefinite-quantity contract for construction work and services. There is no Minimum Contract Value of Job Orders. The initial Maximum Contract Value is $2,000,000.
2. The Contractor shall perform all Pre-priced Tasks for the Unit Prices set forth in the Construction Task Catalog® multiplied by the appropriate Adjustment Factors.
4. Attachments
- A - SAFCA JOC 2022 - Contract Documents Bid Package
- B - SAFCA JOC 2022 - Construction Task Catalog® - Distribution
- C - SAFCA JOC 2022 - CTC Technical Specs - Distribution
- D - SAFCA JOC 2022 Pre-Bid Conference Power Point (Addendum 2 Attachment 1)
- E - SAFCA JOC 2022 Pre-Bid Conference Attestation Form (Addendum 2 Attachment 2)
- F - SAFCA JOC 2022 Pre-Bid Conference Bidder Questions (Addendum 2 Attachment 3)
- G - SAFCA JOC 2022 Attestation Contractor List (Addendum 3 Attachment 1)
- H - SAFCA JOC 2022 Bidder Questions (Addendum 3 Attachment 2)
- I - SAFCA JOC 2022 Previous JOC Bid Results (Addendum 3 Attachment 3)