Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  21-000609

 

MEETING DATE:

08/24/21

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

All Districts

SUBMITTING Agency/Department:

Sheriff-Coroner   (Approved)

Department contact person(s):

Brian Wayt (714) 647-1803 

 

 

Matt Monzon (714) 935-6876

 

 

Subject:  Award Job Order Contracts for Various Services

 

      ceo CONCUR

County Counsel Review

Clerk of the Board

          Concur

Approved Agreement to Form

Discussion

 

 

3 Votes Board Majority

 

 

 

    Budgeted: Yes

Current Year Cost:   $83,300,000

Annual Cost: N/A

 

 

 

    Staffing Impact:

No

# of Positions:            

Sole Source:   N/A

    Current Fiscal Year Revenue: N/A

  Funding Source:      See Financial Impact section

County Audit in last 3 years: No

 

 

    Prior Board Action:         5/11/2021 #3, 6/23/2020 #44

 

RECOMMENDED ACTION(S):

 

 

1.

 Award Job Order Contracts for General Building Services in an annual amount not to exceed $4,900,000 per contractor for an aggregate amount of $49,000,000, effective for a one-year term upon execution of contracts, as follows:

 

 

a.

CTG Construction, Inc. dba C.T. Georgiou Painting Co.

 

b.

Dalke & Sons Construction, Inc.

 

c.

Exbon Development, Inc.

 

d.

Horizons Construction Company International, Inc.

 

e.

MIK Construction, Inc.

 

f.

MTM Construction, Inc.

 

g.

New Creation Engineering & Builders, Inc. dba New Creation Builders

 

h.

PUB Construction, Inc.

 

i.

SJD&B, Inc.

 

j.

Vincor Construction, Inc.

 

2.

Award Job Order Contracts for Electrical Services, effective in an annual amount not to exceed $4,900,000 per contractor for an aggregate amount of $14,700,000, effective for a one-year term upon execution of the contracts, as follows:

 

 

 

a.

Baker Electric, Inc.

 

b.

Mel Smith Electric, Inc.

 

c.

Federal Technology Solutions, Inc.

 

3.

Award Job Order Contracts for Mechanical Services, effective in an annual amount not to exceed $4,900,000 per contractor for an aggregate amount of $9,800,000, effective for a one-year term upon the execution of the contracts, as follows:

 

 

a.

ACCO Engineered Systems, Inc.

 

b.

Pan-Pacific Mechanical LLC

 

4.

Award Job Order Contract for Low Voltage, Lock & Security Equipment Services, effective in an annual amount not to exceed $4,900,000, effective for a one-year term upon execution of the contract, as follows:

 

 

a.

CML Security, LLC

 

5.

Award Job Order Contracts for Roofing Services, effective in an annual amount not to exceed $4,900,000, effective for a one-year term upon execution of the contract, as follows:

 

 

a.

Best Contracting Services, Inc.

 

6.

Authorize the Sheriff-Coroner Department’s Director of Research and Development Division or designee to execute the Job Order Contracts when the required bonds and certificates of insurance have been submitted and approved by the County Executive Office/Office of Risk Management and County Counsel.

 

7.

Authorize return of bid guarantees to all bidders upon execution of the contracts.

 

 

 

 

SUMMARY:

 

Approval of the Job Order Contracts for General Building Services, Electrical Services, Mechanical Services, Low Voltage, Lock and Security Equipment Services and Roofing Services will support expediting the completion of Sheriff-Coroner Department’s repair, remodeling, rehabilitation and maintenance projects, and improve public safety and customer service.

 

 

 

BACKGROUND INFORMATION:

 

On June 29, 2010, the Board of Supervisors (Board) approved the establishment of a Job Order Contracting (JOC) Program to expedite completion of maintenance, repair, rehabilitation and remodel projects involving existing County of Orange (County) facilities. The JOC Program includes a competitive public works bidding process based on a price adjustment factor that is multiplied by the unit prices of materials, equipment and labor.  These unit prices are listed in the JOC Construction Task Catalog and Technical Specifications established by the County’s consultant, The Gordian Group, Inc. (Gordian), as part of the bid documents.  Gordian has developed the necessary bid documents to seek contractors for public works projects.  These documents include the technical specifications and prices for each task; the general JOC requirements, conditions and details; the JOC Agreement; Notice to Contractors; and the Bid Proposal Form.  The documents are all currently on file with the Clerk of the Board and have been in use with other County departments since 2010. 

 

On May 11, 2021, the Board adopted the March 2021 Construction Task Catalog and Technical Specifications prepared by Gordian. The Board also adopted the Pre-Qualification List of 25 prequalified contractors, which is included as Attachment S.  Additionally, the Board also approved the bid documents for use with the JOC program to procure General Building Services, Electrical Services, Mechanical Services, Low Voltage, Lock & Security Equipment Services and Roofing Services and authorized the advertisement for bids.  The bid documents were advertised in several industry publications and on the County’s online bid system.  Contractors were required to have submitted and passed the pre-qualification for the bid, which took place in early, and included reviews of information on past performance on County projects, review of references and financial statements.  Contractors must have pre-qualified and been on the Board-adopted pre-qualified list (Attachment S) to submit a proposal for the bid.  Bid Summaries are included as Attachment R.

 

On June 9, 2021, a total of 21 bids were received (Attachment R). Sheriff has conducted its due diligence with regard to the contractors.  Reference checks were satisfactory and completed, which included a review of performance on past projects, see Attachment U for reference check information.  The contractors' license numbers of the recommended lowest, responsible bidders were verified as current and active at Bid Opening, through the California Contractors State License Board database on February 18, 2021.  Copies of the verifications are on file.  Contractors recommended for awarded contracts were all on the Board-approved prequalified list to perform the needed services (Attachment S).

 

The purpose of the JOC program is to expedite services as defined by the California Contractors State Licensing Board for maintenance and repair work involving health, safety and mandated projects. These projects include major and minor repairs and replacements, as requested by Sheriff’s end-users.  The current JOC contracts, approved by the Board on June 23, 2020, will expire between June, July and August 2021, depending on their execution date.

 

After bids were opened, Sheriff determined that it is in in its best interest to award multiple contracts to ensure the maximum flexibility, while minimizing the potential for delays in delivering JOC eligible projects.  Of the various County agencies, Sheriff has the most contractor requirements including protocols for access to its secured facilities, which requires each contract employee to pass a background screening.  Having multiple vendors ensures availability of qualified and security-cleared workers when a project is identified.  

 

Sheriff is requesting Board approval to award Job Order Contracts to the above-mentioned firms.  The cumulative maximum capacity for the 17 contracts will not exceed a total of $83.3 million over their respective one-year terms.

 

Subcontractors, if utilized, are not listed until the receipt of price quotations from the contractor with each issued JOC task order.  See Attachment T for information on subcontractors and Contract Summary Forms.

 

Compliance with CEQA: This action is not a project within the meaning of CEQA Guidelines Section 15378 and is therefore not subject to CEQA since it does not have the potential for resulting in either a direct or physical change in the environment, or a reasonably foreseeable indirect physical change in the environment. The approval of this agenda item does not commit the County to a definite course of action in regard to a project since it involves fiscal activities of government that is not committed to any specific project, which may result in a potentially significant physical impact to the environment. This proposed activity is therefore not subject to CEQA. Any future action connected to this approval that constitutes a project will be reviewed for compliance with CEQA.

 

 

 

FINANCIAL IMPACT:

 

The funding source of each project will vary depending on the nature of the project. Routine maintenance projects will be funded from Budget Control 060, Sheriff-Coroner. Construction and facilities development projects will be included in Fund 14Q, Sheriff-Coroner Construction and Facility Development and will be potentially funded from Budget Control 060, Sheriff-Coroner or Budget Control 036, Capital Projects.

 

The cumulative not to exceed value of the proposed 17 contracts has been set to allow for maximum use.  Sheriff will have discretionary authority to allow excess capacity within the 17 contracts' maximum threshold to be made available for utilization by other requesting agencies within the County.

 

The contracts include a provision stating the contracts are subject to, and contingent upon, applicable budgetary appropriations being approved by the Board for each fiscal year during the term of the contracts.  If such appropriations are not approved, these contracts may be terminated without penalty to the County.

 

STAFFING IMPACT:

 

N/A

 

ATTACHMENT(S):

 

Attachment A – Contract MA-060-21011713 with CTG Construction, Inc. dba C.T. Georgiou Painting Co.
Attachment B – Contract MA-060-21011714 with Dalke & Sons Construction, Inc.
Attachment C – Contract MA-060-21011715 with Exbon Development, Inc.
Attachment D – Contract MA-060-21011716 with Horizons Construction Company International, Inc.
Attachment E – Contract MA-060-21011717 with MIK Construction, Inc.
Attachment F – Contract MA-060-21011718 with MTM Construction, Inc.
Attachment G – Contract MA-060-21011719 with New Creation Engineering & Builders, Inc. dba New Creation Builders
Attachment H – Contract MA-060-21011720 with PUB Construction, Inc.
Attachment I – Contract MA-060-21011721 with SJD&B, Inc.
Attachment J – Contract MA-060-21011722 with Vincor Construction, Inc.
Attachment K – Contract MA-060-21011724 with Baker Electric, Inc.
Attachment L – Contract MA-060-21011725 with Mel Smith Electric, Inc.
Attachment M – Contract MA-060-21011728 with Federal Technology Solutions, Inc.
Attachment N – Contract MA-060-21011729 with ACCO Engineered Systems, Inc
Attachment O – Contract MA-060-21011731 with Pan-Pacific Mechanical LLC
Attachment P – Contract MA-060-21011732 with CML Security, LLC
Attachment Q – Contract MA-060-21011733 with Best Contracting Services, Inc.
Attachment R – Bid Summary
Attachment S – Board Approved Pre-Qualification List
Attachment T - Contract Summary Form
Attachment U - Reference Check Information