Agenda Item
ASR
Control 24-000082 |
||
MEETING
DATE: |
03/26/24 |
|
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): |
Joseph
Seybold (714) 667-4921 |
|
|
Jennifer
Carroll (714) 667-4942 |
|
Subject: Approve
Job Order Contracts for Electrical, Roofing and Slurry & Paving
ceo CONCUR |
County Counsel Review |
Clerk of the
Board |
||||||||
Concur |
Approved Agreement to Form |
Discussion |
||||||||
|
|
3 Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current
Year Cost: $3,466,667 |
Annual
Cost: FY 2024-25 $12,533,333 |
||||||||
|
|
|
||||||||
Staffing
Impact:
|
No |
#
of Positions: |
Sole
Source: N/A |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: 3/28/2023 #27, 6/29/2010 #21 |
||||||||||
RECOMMENDED
ACTION(S):
1. |
Approve Job Order Contracts for
Electrical Services, effective April 13, 2024, through April 12, 2025, or
execution of all necessary signatures, whichever occurs later, in an amount
not to exceed $4,000,000 each, for a cumulative total amount not to exceed
$8,000,000, with the following: |
||
|
a. |
ABM Electrical & Lighting Solutions,
Inc. |
|
|
b. |
Exbon Development, Inc. |
|
2. |
Approve Job Order Contracts for Roofing
Services, effective April 13, 2024, through April 12, 2025, or execution of
all necessary signatures, whichever occurs later, in an amount not to exceed
$3,500,000 each, for a cumulative total amount not to exceed $7,000,000, with
the following: |
||
|
a. |
Bishop, Inc. |
|
|
b. |
Best Contracting Services, Inc. |
|
3. |
Approve Job Order Contracts for Slurry
and Paving Services, effective April 13, 2024, through April 12, 2025, or
execution of all necessary signatures, whichever occurs later, in an amount
not to exceed $500,000 each, for a cumulative total amount not to exceed
$1,000,000, with the following: |
||
|
a. |
Horizons Construction Company
International, Inc. |
|
|
b. |
Bitech Construction Company, Inc. |
|
4 |
Authorize the Director of OC Public
Works or designee to execute the Job Order Contracts and execute future
amendments to the Job Order Contracts, provided those amendments do not
increase a financial obligation on the part of the County of Orange. |
||
SUMMARY:
Approval of the
Job Order Contracts for Electrical Services, Roofing Services and Slurry and
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. Contractors bid on a price adjustment
factor that is multiplied by pre-determined unit prices for materials,
equipment and labor.
The purpose of the
JOC program is to expedite services 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. Per the 2020
Design and Construction Procurement Manual Statute §5.7-102 and Public Contract
Code Section 20128.5 the JOC program is not allowed to be used for design or
contract drawing services and may not be used for new construction.
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. 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 and/or circumstances. 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 facility component. |
b. |
Planned
maintenance and/or repair/replacement of existing structure component or
equipment. |
c. |
Unforeseen
events (burst pipes, earthquake, fire, flooding, etc.) that necessitate
repair/replacement/rehabilitation of a County asset. |
d. |
Planned or
unplanned usage of County JOC contract by one of the County Departments to
solve operational issues in a County-owned asset/building. |
The current JOCs for Electrical Services,
Roofing Services and Slurry Seal and Paving Services were approved by the Board
on March 28, 2023, and will expire on April 12, 2024. In an effort to maintain
services, a new slate of JOCs is necessary.
On November 2, 2023, 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 services. The Bid Summaries are included as Attachment H.
OC Public Works is procuring these
services in accordance with the 2020 Design and Construction Procurement Policy
Manual (DCPM), Section 5.7. The Orange County Preference Policy is not
applicable to the award of contracts procured in accordance with the DCPM.
OC Public Works is recommending Board
approval of the JOCs for Electrical Services, effective April 13, 2024, through
April 12, 2025. The cumulative maximum for the two contracts will not exceed a
total of $8 million over the respective one-year term. The anticipated usage is
expected to reach approximately $6 million, with the balance reserved to
respond to Countywide requests for unplanned Task Orders and emergencies.
Contractors |
Contracts |
Corporate Office Location |
ABM Electrical
& Lighting Solutions, Inc. |
MA-080-24010461 |
Orange County |
Exbon
Development, Inc. |
MA-080-24010782 |
Orange County |
OC Public Works is recommending Board
approval of the JOCs for Roofing Services, effective April 13, 2024, through
April 12, 2025. The cumulative maximum for the two contracts will not exceed a
total of $7 million over the respective one-year term. The anticipated usage is
expected to reach approximately $6 million, with the balance reserved to
respond to Countywide requests for unplanned Task Orders and emergencies.
Contractor |
Contract |
Contractors Location |
Bishop, Inc. |
MA-080-24010487 |
Orange County |
Best Contracting
Services, Inc. |
MA-080-24010781 |
Los Angeles
County |
OC Public Works is recommending Board
approval of the JOCs for Slurry and Paving Services, effective April 13, 2024,
through April 12, 2025. The cumulative maximum for the two contracts will not
exceed a total of $1 million over the respective one-year term. The anticipated
usage is expected to reach approximately $5 hundred thousand, with the balance
reserved to respond to Countywide requests for unplanned Task Orders and
emergencies.
Contractor |
Contract |
Contractors Location |
Horizons
Construction Company International, Inc. |
MA-080-24010559 |
Orange County |
Bitech
Construction Company, Inc. |
MA-080-24010791 |
Orange County |
Anticipated usage
is determined by the Capital Improvement Program (CIP) alongside the
maintenance projects and emergency requirements. As the existing contract term
remains in effect, the current utilization figures are subject to change. In
addition, the current contract utilization is influenced by the previous year's
CIP, which fluctuates year to year.
The contractors' respective license
numbers were verified as current and active through the Contractors State
License Board database on November 11, 2023. Copies of the verification are on
file.
OC Public Works has conducted due
diligence on the contractors. Reference checks were satisfactory and completed
with the following entities regarding similar services:
Electrical Services |
||||
Contractor |
Reference |
Reference |
Reference |
|
ABM Electrical
& Lighting Solutions, Inc. |
City of Irvine |
Lompoc Unified
School District |
City of Calabasas |
|
Exbon
Development, Inc. |
KOA Corporation |
PSOMAS |
State of
California, Administrative Services Division |
|
Roofing
Services |
||||
Contractor |
Reference |
Reference |
Reference |
|
Bishop, Inc. |
NEFFCON
Construction |
Riverside County |
Calleguas
Municipal Water District |
|
Best Contracting
Services, Inc. |
McFarland
Unified School District |
Ojai Unified
School District |
MIK Construction
Inc. |
|
Slurry
and Paving Services |
||||
Contractor |
Reference |
Reference |
Reference |
|
Horizons
Construction Company International, Inc. |
Riverside County |
City of San
Bernardino |
Cal Poly Pomona |
|
Bitech
Construction Company, Inc. |
City of Long
Beach |
Charles R. Drew
University of Medicine and Science |
Los Angeles
Unified School District |
|
The contracts, due to the nature of the
services, could require the addition of subcontractors. In order to add
subcontractors to the contracts, the contractors must seek express consent from
OC Public Works. Should the addition of subcontractors impact the scope of work
and/or contract amounts, OC Public Works will bring the item back to the Board
for approval. See Attachment G for the Contract Summary Forms.
An
analysis was conducted to determine the benefit of contracting out versus
providing services in-house. Based on this analysis, OC Public Works has
determined that contracting for services is more cost effective and allows for
greater efficiency in providing the services.
The contracts are being presented for
consideration less than 30 days before their commencement due to additional
time required to finalize the solicitation documents.
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 approves of contracts for services
associated with potential future County Electrical Services, Roofing Services
and Slurry Seal and Paving Services. 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:
Appropriations for
the JOC program are included in Budget Control 080, OC Public Works, FY 2023-24
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-080-24010461 with ABM Electrical & Lighting Solutions, Inc.
Attachment B - Contract MA-080-24010782 with Exbon Development, Inc.
Attachment C - Contract MA-080-24010487 with Bishop, Inc.
Attachment D - Contract MA-080-24010781 with Best Contracting Services, Inc.
Attachment E - Contract MA-080-24010559 with Horizons Construction Company
International, Inc.
Attachment F - Contract MA-080-24010791 with Bitech Construction Company, Inc.
Attachment G - Contract Summary Forms
Attachment H - Bid Summaries