Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  21-000051

 

MEETING DATE:

04/13/21

legal entity taking action:

Board of Supervisors

board of supervisors district(s):

All Districts

SUBMITTING Agency/Department:

OC Public Works   (Approved)

Department contact person(s):

Tim Corbett (714) 667-8892 

 

 

Jennifer Carroll (714) 667-4942

 

 

Subject:  Approve Job Order Contracts for Electrical, Roofing and Slurry & Paving 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: $3,679,452

Annual Cost: FY 2021-22 $13,320,548

 

 

 

    Staffing Impact:

No

# of Positions:

Sole Source: No

    Current Fiscal Year Revenue: N/A

  Funding Source: See Financial Impact Section

County Audit in last 3 years: No

 

 

    Prior Board Action: 3/24/2020 #35, 2/25/2020 #9, 6/29/2010 # 21

 

RECOMMENDED ACTION(S):

 

 

1.

Approve Job Order Contracts for Electrical Services effective April 13, 2021, through April 12, 2022, in an amount not to exceed $3,000,000 each, for a total amount of $9,000,000, as follows:

 

 

a.

Inter-Pacific, Inc.

 

b.

Exbon Development, Inc.

 

c.

Amtek Construction

 

2.

Approve Job Order Contracts for Roofing Services effective April 13, 2021, through April 12, 2022, in an amount not to exceed $2,000,000 each, for a total amount of $4,000,000, as follows:

 

 

a.

Exbon Development, Inc.

 

b.

Best Contracting Services, Inc.

 

3.

Approve Job Order Contracts for Slurry & Paving Services effective April 13, 2021, through April 12, 2022, in an amount not to exceed $2,000,000 each, for a total amount of $4,000,000, as follows:

 

 

a.

All American Asphalt

 

b.

R.J. Noble Company

 

4.

Authorize the Director of OC Public Works or designee to execute the Job Order Contracts when the required bonds and certificates of insurance have been submitted and approved by County Executive Office Risk Management and County Counsel.

 

5.

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

 

 

 

 

SUMMARY:

 

Approval of the Job Order Contracts for Electrical Services, Roofing Services and Slurry & Paving Services will expedite the completion of County of Orange repair, 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 Contract (JOC) program to expedite completion of repair and rehabilitation projects involving existing County of Orange (County) facilities and structures. 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 established by the County consultant, The Gordian Group, Inc., and approved by the Board as part of the bid documents.

 

The purpose of the JOC program is to expedite services, as defined by the Contractors State License Board (CSLB), for maintenance and repair work involving health, safety and mandated projects. These efforts include major and minor repairs and replacements as requested by County departments. OC Public Works utilizes JOCs to provide services to multiple agencies on an as-needed basis. The work is assigned to whichever contractor is available and, depending upon the request, work can be assigned to multiple contractors at the same time.

 

The current JOCs for Electrical Services were approved by the Board on March 24, 2020, and expired on April 11, 2021. Three JOCs for Electrical Services were approved in an amount not to exceed $4.9 million each, for a cumulative total amount not to exceed $14.7 million. In order to maintain the Electrical Services, a new slate of JOCs is necessary.

 

The current JOC for Roofing Services was approved by the Board on February 25, 2020, and expired on April 11, 2021. One JOC for Roofing Services was approved in an amount not to exceed $4.9 million. In order to maintain the Roofing Services, a new slate of JOCs is necessary.

 

The current JOCs for Slurry & Paving Services were approved by the Board on February 25, 2020, and expired on April 11, 2021. Two JOCs for Slurry & Paving Services were approved in an amount not to exceed $4.9 million each, for a cumulative total amount not to exceed $9.8 million. In order to maintain the Slurry & Paving Services, a new slate of JOCs is necessary

 

On December 10, 2020, the Director of OC Public Works approved bid documents for use with the JOC program for Electrical Services, Roofing Services and Slurry & Paving Services and authorized the advertisement for bids. The bid documents were advertised in several industry publications and on the County online bid system. Contractors were required to submit a pre-qualification questionnaire and pre-qualify to submit a proposal for these services. The Bid Summaries are included as Attachments I, J and K.

The JOC Program functions as an extension of the available workforce to maintain and repair County assets without incurring the full-time burden of employing individual companies and personnel. The JOC contractors are not guaranteed or assured work, but respond to the needs of the County on an On-Call basis. Depending on their current workload, these contractors have limited crews that may or may not be available to respond to the County’s needs. Therefore, it is prudent to have more than one On-Call contractor available should other contractors on the list lack the capacity to respond. Task Orders for the physical work for JOC contracts are generated as a result of various events. The following events are examples that could potentially generate Task Orders for JOC contracts:

 

a.

Unplanned emergency repair or replacement necessitated by a failure of existing equipment and/or physical failure of a building component.

b.

Planned maintenance and/or repair/replacement of existing structure component or equipment.

c.

Unforeseen events (burst pipes, earthquake, fire, flooding, pandemic, etc.) that necessitate repair/replacement/rehabilitation of a County asset.

d.

Planned or unplanned usage of County JOC contract by one of the County Agencies/Departments to solve operational issues in a County owned asset/building.

 

Previous Electrical Services Request

April 12, 2020 – April 11, 2021

Current Electrical Services Request

April 13, 2021 – April 12, 2022

Contractors

Requested Contract

Amounts

Usage as of February 26, 2021

Contractors

Requested Contract Amounts*

Anticipated

Usage

3

$14.7 million

$2.5 million

3

$9 million

$6.88 million

* Requested amount is higher than anticipated usage as reserve capacity is required to respond to requests for unplanned Task Orders.

 

OC Public Works is recommending Board approval of the JOCs for Electrical Services, effective April 13, 2021, through April 12, 2022. The cumulative maximum for the three contracts will not exceed a total of $9 million over their respective one-year term.

 

Contractors

Contracts

Inter-Pacific, Inc.

MA-080-21011092

Exbon Development, Inc.

MA-080-21011094

Amtek Construction

MA-080-21011095

 

Previous Roofing Services Request

April 12, 2020 – April 11, 2021

Current Roofing Services Request

April 13, 2021 – April 12, 2022

Contractors

Requested Contract

Amounts

Usage as of February 26, 2021

Contractors

Requested Contract Amounts*

Anticipated

Usage

1

$4.9 million

$437,017

2

$4 million

$1.35 million

* Requested amount is higher than anticipated usage as reserve capacity is required to respond to requests for unplanned Task Orders.

 

OC Public Works is recommending Board approval of the JOCs for Roofing Services, effective April 13, 2021, through April 12, 2022. The cumulative maximum for the two contracts will not exceed a total of $4 million over their respective one-year term.

 

Contractors

Contracts

Exbon Development, Inc.

MA-080-21011097

Best Contracting Services, Inc.

MA-080-21011098

 

Previous Slurry & Paving Services Request

April 12, 2020 – April 11, 2021

Current Slurry & Paving Services Request

April 13, 2021 – April 12, 2022

Contractors

Requested Contract

Amounts

Usage as of February 26, 2021

Contractors

Requested Contract Amounts

Anticipated

Usage

2

$9.8 million

$4.98 million

2

$4 million

$4 million

 

OC Public Works is recommending Board approval of the JOCs for Slurry & Paving Services, effective April 13, 2021, through April 12, 2022. The cumulative maximum for the two contracts will not exceed a total of $4 million over the respective one-year term.

 

Contractors

Contracts

All American Asphalt

MA-080-21011081

R.J. Noble Company

MA-080-21011082

 

The contractors' license numbers were verified as current and active through the CSLB database on December 28, 2020. Copies of the verifications are on file.

 

OC Public Works has conducted due diligence on the contractors. Reference checks were satisfactory and completed with the following companies regarding similar services:

 

Electrical Services

Contractor

Reference Company

Reference Company

Reference Company

Inter-Pacific, Inc.

Orange Unified School District

Redlands Unified School District

United States Army Reserve

 

Exbon Development, Inc.

 

California State University, Fullerton

California State University, Bakersfield

City of Long Beach

Amtek Construction

City of Riverside

Santa Monica-Malibu Unified School District

Antelope Valley School Transportation Agency

 

Roofing Services

Contractor

Reference Company

Reference Company

Reference Company

Exbon Development, Inc.

 

California State University, Fullerton

California State University Stanislaus

City of Long Beach

Best Contracting Services, Inc.

Murrieta Valley Unified School District

City of Santa Monica

Long Beach Unified School District

 

Slurry & Paving Services

Contractor

Reference Company

Reference Company

Reference Company

All American Asphalt

City of Long Beach

County of Ventura

Port of Long Beach

 

R.J. Noble Company

City of Fountain Valley

City of Newport Beach

Port of Long Beach

 

The contracts are coming to the Board less than 30 days before their commencement due to additional negotiation time required with the contractors.

 

The contracts with All American Asphalt and R.J. Noble Company do not include subcontractors or pass through to other providers. The remaining contracts, due to the nature of the services, could require the addition of subcontractors. In order to add subcontractor(s) to the contracts, the provider/contractor must seek express consent from OC Public Works. Should the addition of a subcontractor impact the scope of work and/or contract amounts, OC Public Works will bring the items back to the Board for approval. See Attachment H for the Contract Summary Form.

 

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 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 contracts for services associated with potential future County repair, rehabilitation and maintenance projects. This proposed activity is therefore not subject to CEQA. Any individual, specific work authorized pursuant to this contract will be reviewed for compliance with CEQA.

 

 

 

FINANCIAL IMPACT:

 

Appropriations for the JOC program are included in the FY 2020-21 Budget for OC Public Works, Budget Control 080, and will be included in the budgeting process for future years.

 

In an effort to consolidate the administration of various internal JOC programs under OC Public Works for Countywide utilization, the amount not to exceed has been set to maximize utilization of the JOCs by OC Public Works and other County departments. Individual job orders will be encumbered as needed by various departments, provided sufficient appropriations are available in the budget and future budget years.

 

The proposed contracts include provisions 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, the contracts may be immediately terminated without penalty to the County

 

 

 

STAFFING IMPACT:

 

N/A


 

ATTACHMENT(S):

 

Attachment A - Contract MA-080-21011092 with Inter-Pacific, Inc.
Attachment B - Contract MA-080-21011094 with Exbon Development, Inc.
Attachment C - Contract MA-080-21011095 with Amtek Construction
Attachment D - Contract MA-080-21011097 with Exbon Development, Inc.
Attachment E - Contract MA-080-21011098 with Best Contracting Services, Inc.
Attachment F - Contract MA-080-21011081 with All American Asphalt
Attachment G - Contract MA-080-21011082 with R.J. Noble Company
Attachment H - Contract Summary Forms
Attachment I - Bid Summary for Electrical Services
Attachment J - Bid Summary for Roofing Services
Attachment K - Bid Summary for Slurry & Paving Services