On September 15, 2015, the Board of Supervisors authorized the Public Works Director, or designee, to solicit bids for job order contracts for repair, remodeling, and other repetitive work, and bring to the board recommendations to award three contracts. On September 17, 2015, and September 19, 2015 bids were invited by the Public Works Director. On October 20, 2015, the Public Works Director received bids for the job order contracts. The scope of work for the work performed under the job order contracts will be determined by individual job orders using the Construction Task Catalog. The three lowest responsive bidders are being recommended for contract award.
The contracts are being awarded based on the lowest Award Criteria Figure (ACF) that is calculated by each bidder using the award criteria figure formula percentages required by each job order using adjustment factors called out in the bidding documents.
Bid documents for Job Order Contracts 001, 002, and 003, including plans and specifications for typical work, were prepared for the Public Works Department by County’s job order contracting consultant, The Gordian Group, Inc. The general prevailing wage rates are on file with the Clerk of the Board of Supervisors and will be the minimum rates paid on the projects covered by the annual Job Order Contracts.
Bids for Job Order Contracts 001, 002, and 003 were received and opened by the Public Works Department on
October 20, 2015, and the bid results are as follows:
BIDDER |
AWARD CRITERIA FIGURE |
Sea Pac Engineering, Inc., Los Angeles |
1.0269 |
John F. Otto, Inc., Sacramento |
1.0795 |
Mark Scott Construction, Inc., Pleasant Hill |
1.0878 |
Everlast Builders, Inc., Canyon Country |
1.129 |
CWS Construction Group, Inc., Novato |
1.1815 |
Vila Construction Co., Inc., Richmond |
1.2078 |
Staples Construction, Ventura |
1.2590 |
Southwest Construction & Property
Management, San Bruno |
1.3885 |
Pacific Mountain Contractors of CA, Concord |
2.3661 |
Staff has determined that the three lowest bids received by Sea Pac, Otto, and Mark Scott are responsive. The Public Works Director recommends the Board award the job order contracts for this project to Sea Pac, Otto, and Mark Scott for a job orders under the job order contracts in amounts not less than $25,000 nor more than $2,000,000.
California Environmental Quality Act (CEQA) requirements will be addressed on a project-by-project basis as job orders occur. Each of the job order contractors will perform outreach required under the County’s Outreach Program for the work to be performed under each job order in excess of $175,000.
On March 31, 2015, the Public Works Department participated in a County Building Infrastructure Workshop before the Board. At that time, Capital Projects and Facilities Maintenance staff were reviewing the recommended priority projects from the 2014 assessment of 81 buildings at 48 sites to present the list of projects to be funded with Facilities Life-Cycle Investment Program (FLIP). On May 12, 2015, the Board approved the FLIP project list for the Fiscal Year 2015/2016.
In order to be efficient in delivering projects, the County will need to employ a variety of project delivery methods. One such method is Public Contract Code Section 20128.5, which authorizes counties to award one or more individual annual contracts for repair, remodeling, or other repetitive work to be done according to unit prices. Once an annual contract is awarded, individual projects are then done through written job orders performed by the job order contractor at the unit prices bid for the annual contract. Such Job Order Contracting (JOC) is a project delivery tool that has been proven to reduce costs, save time, and increase productivity.
The Board of Supervisors had previously approved the use of annual JOC contracts in 2002. From 2002 to 2010, the County successfully utilized JOC as a responsive contracting technique for the accomplishment of maintenance, repair, and remodeling projects totaling more than $15 million.