Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        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

   Funding Source:     See Financial Impact Section

County Audit in last 3 years: No

   Levine Act Review Completed: Yes

 

    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