Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        ASR Control  19-001029

 

MEETING DATE:

11/05/19

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):

Julie Lyons (714) 667-9701 

 

 

Jeff McMillan (714) 935-6879

 

 

Subject:  Approve Job Order Contracts for Painting, Plumbing and Asbestos Removal Services

 

      ceo CONCUR

County Counsel Review

Clerk of the Board

Concur

No Legal Objection

Discussion

 

 

3 Votes Board Majority

 

 

 

    Budgeted: Yes

Current Year Cost: $18,888,493

Annual Cost: FY 2020-21 $15,411,507

 

 

 

    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: 8/13/2019 #14, 12/4/2018 #32, 6/29/2010 #21

 

RECOMMENDED ACTION(S):

 

 

1.

Find that the subject activity is not a project within the meaning of CEQA Guideline Section 15378 and is therefore not subject to review under CEQA.

 

2.

Approve Job Order Contracts for Painting Services, effective December 12, 2019, through December 11, 2020, in an annual amount not-to-exceed $4,900,000 each, for a total amount of $19,600,000, as follows:

 

 

a. CTG Construction Inc. dba CT Georgiou Painting Company

 

 

b. Harry H Joh Construction Inc.

 

 

c. KLD Construction Corp.

 

 

d. Pub Construction Inc.

 

3.

Approve Job Order Contracts for Plumbing Services, effective December 12, 2019, through December 11, 2020, in an annual amount not-to-exceed $4,900,000 each, for a total amount of $9,800,000, as follows:

 

 

a. Harry H Joh Construction Inc.

 

 

b. Prime ENC, Inc.

 

4.

Approve Job Order Contract for Asbestos Removal and Decontamination Services with WESTCOR Environmental, Inc., effective December 12, 2019, through December 11, 2020, for an annual amount not-to-exceed $4,900,000.

 

5.

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 the County Executive Office/Office of Risk Management and County Counsel.

 

6.

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

 

 

 

 

SUMMARY:

 

Approval of the Job Order Contracts for Painting Services, Plumbing Services and Asbestos Removal and Decontamination Services will support expediting 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, rehabilitation and maintenance 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.

 

The current JOCs for Painting Services, Plumbing Services and Asbestos Removal and Decontamination Services (Services) were approved by the Board on December 4, 2018, and will expire on December 11, 2019. A cumulative total of six JOC's for Services was previously utilized in the capacity amount of $27,840,000. In an effort to maintain the Services, a new slate of JOCs will be necessary.

 

On August 13, 2019, the Board approved bid documents for use with the JOC program for Services and authorized the advertisement for bids. The bid documents were advertised in several industry publications and the County online bid system. Contractors were required to submit a pre-qualification questionnaire and pre-qualify to submit a proposal for these Services. Bid Summaries are included as Attachment I, J and K.

 

The contractors' license numbers were verified as current and active through the CSLB database on September 4, 2019. 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 projects:

 

Contractors

References

CTG Construction Inc.

dba CT Georgiou Painting Company

California State University, Long Beach

Balfour Beatty

 

El Rancho Unified School District

 

Harry H Joh Construction Inc.

Los Angeles County, Community Development

 

Los Angeles County, Construction Management Unit

 

Los Angeles County, A&I Project Management

 

KLD Construction Corp.

California State Univeristy, Northridge

 

University of California, Los Angeles, Housing Services

 

Los Angeles County

 

Pub Construction Inc.

Internal Services Department Los Angeles County

 

California State University, Northridge

 

Los Angeles County, Housing Authority

 

Prime ENC, Inc.

Los Angeles County Health Department Services

 

Los Angeles County Fire Department

 

Roybal Comprehensive Health Center

 

WESTCOR Environmental, Inc.

Balfour Beatty

 

Los Angeles County Housing Authority

 

Los Angeles Police Department

 

OC Public Works is requesting Board approval of JOCs for Painting Services with CTG Construction Inc., dba CT Georgiou Painting Company, MA-080-20010440; Harry H Joh Construction Inc., MA-080-20010438; KLD Construction Corp. MA-080-20010439; and Pub Construction Inc., MA-080-20010443 in an amount not-to-exceed $4.9 million each. OC Public Works is requesting Board approval of JOCs for Plumbing Services with Harry H Joh Construction Inc., MA-080-20010444 and Prime ENC, Inc., MA-080-20010447 in an amount not-to-exceed $4.9 million each. OC Public Works is requesting Board approval of JOCs for Asbestos Removal and Decontamination Services with WESTCOR Environmental, Inc., MA-080-20010442 (altogether defined as Contracts) in an amount not-to-exceed $4.9 million. The cumulative maximum for the seven Contracts will not exceed a total of $34.3 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 task order. A Contract Summary Form is included as Attachment H.

 

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 concerning 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 future action connected to this approval that constitutes a project will be reviewed for compliance with CEQA.

 

 

 

FINANCIAL IMPACT:

 

Budget Control 080, OC Public Works, included appropriations and revenues in the FY 2019-20 budget for OC Facilities’ utilization of the JOC programs. In an effort to consolidate the administration of various internal JOC programs under OC Public Works for Countywide utilization, the not-to-exceed amount has been set to maximize utilization of the JOC 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 current 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-080-20010440 with CTG Construction, Inc. dba CT Georgiou Painting Company
Attachment B – Contract MA-080-20010438 with Harry H Joh Construction Inc.
Attachment C – Contract MA-080-20010439 with KLD Construction Corp.
Attachment D – Contract MA-080-20010443 with Pub Construction Inc.
Attachment E – Contract MA-080-20010444 with Harry H Joh Construction Inc.
Attachment F – Contract MA-080-20010447 with Prime ENC, Inc.
Attachment G – Contract MA-080-20010442 with WESTCOR Environmental, Inc.
Attachment H – Contract Summary Forms
Attachment I – Bid Summary for Painting Services
Attachment J – Bid Summary for Plumbing Services
Attachment K – Bid Summary for Asbestos Removal and Decontamination Services