Similar Projects
Passenger Boarding Bridge Operation, Inspection And Maintenance Services
Term Contract
Sub-Bidding
Sacramento, CA 95837

Job Order Contract (JOC) - Infrastructure Enhancement
Term Contract
Sub-Bidding
Sacramento, CA 95814

Construction and Demolition Debris Disposal and Recycling Services - Rebid 3
Term Contract
Post-Bid
$412,500 CJ est. value
Sacramento, CA 95814

Scheduled Inspection And Maintenance Services, And Non-Scheduled Repair Services For Two (2) Kelly Mechanical Dock Levelers
Renovation, Alteration
Post-Bid
$28,000 est. value
Sacramento, CA 95818

Whole Structure Fumigation
Term Contract
Results

Food Service Kitchen and Facility Cleaning Services Sacramento County
Term Contract
Sub-Bidding
Sacramento, CA 95814

Portable Toilet Project
Term Contract
Post-Bid
Avenal, Blythe, California City, Calipatria, Camarillo, Chino, Chowchilla, Coalinga, Corcoran, Corona, Delano, Folsom, Galt, Imperial, Ione, Jamestown, Lancaster, Malibu, Norco, Norwalk, Paso Robles, San Diego, San Quentin, Sloughhouse, Soledad, Stockton, Susanville, Tehachapi, Tracy, Vacaville, Warner Springs, Wasco, CA 93204

Waste Removal Services
Term Contract
Sub-Bidding
Sacramento, CA 95814

Pest Control Services
Term Contract
Post-Bid
Carmichael, Elk Grove, Fair Oaks, Modesto, North Highlands, Rancho Cordova, Sacramento, Walnut Grove, CA

Howe Avenue Streetscapes Maintenance
Term Contract
Sub-Bidding
Sacramento, CA 95825

Donner Summit and Taylor Creek SNO-Parks Chemical Toilets Services
Term Contract
Post-Bid
Sacramento, CA

Mid Central Streetscapes Maintenance
Term Contract
Sub-Bidding
Sacramento, CA 95814

Mangini Ranch 1C North-Joint Trench
New Construction
Post-Bid
Folsom, CA 95763

Center Parkway Mack Streetscapes Maintenance
Term Contract
Sub-Bidding
Sacramento, CA 95814

Pest Control Services
Term Contract
Post-Bid

Last Updated 09/15/2022 05:07 PM
Project Title

Airport Job Order Contracts 216 217 218

Physical Address View project details and contacts
City, State (County) Sacramento, CA 95814   (Sacramento County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $5,402,865 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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 County. Estimated Construction Cost: $0 (Minimum) to $5,402,865.80 (Maximum) Each. Estimated Adjustment Factors: Normal Working Hours in Non Secured Facility: 1.2250 Normal Working Hours in Secured Facility: 1.2650 Other Than Normal Working Hours in Non Secured Facility: 1.2650 Other Than Normal Working Hours in Secured Facility: 1.3225 Contractor License Required: General a and B Pre-bid Questions Due via Q&a: Date: Monday, September 5, 2022 No Later Than: 5:00 Pm 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(R) 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 Task Order pursuant to the Contract. The County uses the Job Order Contracting (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(R) 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(TM). 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. 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 that 3 contract(s) will be awarded - one to each of the 3 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 Task Orders during the term of the contract as described in Procedures for Ordering Work, JOC General Conditions, 4-5.02 (e.g. ordering work by considering rotation, past and current performance of Task Orders, responsiveness, and/or proposal price vs. independent estimate). The Maximum Contract Amount for each JOC will be $5,402,865.80 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 Task 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 Task Order. Each bidder must submit two sets of 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(R) of the contract documents. The first set of Adjustment Factors will be applied to that work anticipated to be accomplished in Non-Secured Facilities during Normal Working Hours and Other Than Normal Working Hours. The second set of Adjustment Factors will be applied to that work anticipated to be accomplished in Secured Facilities during Normal Working Hours and Other Than Normal Working Hours. The Other Than Normal Working Hours Adjustment Factor must be equal to or greater than the Normal Working Hours Adjustment Factor. 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(R). 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, Non-Secured Facilities will = 40%. Other Than Normal Working Hours, Non-Secured Facilities will = 10%. Normal Working Hours, Secured Facilities will = 40%. Other Than Normal Working Hours, Secured Facilities will = 10%. However, actual work may deviate substantially. These work distributions shall be used to determine the Award Criteria Figure only. 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. 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. 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. 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. 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 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 County of Sacramento 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 NO VALUE project in accordance with Labor Code section 1771.5. Direct pre-bid questions to the Project Manager, Maria Real, 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 Monday, September 5, 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 Supervisors may award individual annual contracts.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

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