PDF Return
C. 56
To: Board of Supervisors
From: Julia R. Bueren, Public Works Director/Chief Engineer
Date: April  18, 2017
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: AWARD Job Order Contracts 004, 005, 006, and 007 for repair, remodeling, and other repetitive work (WW0862)

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   04/18/2017
APPROVED AS RECOMMENDED OTHER
Clerks Notes:

VOTE OF SUPERVISORS

AYE:
John Gioia, District I Supervisor
Candace Andersen, District II Supervisor
Diane Burgis, District III Supervisor
Karen Mitchoff, District IV Supervisor
Federal D. Glover, District V Supervisor
Contact: Ramesh Kanzaria, (925) 313-2000
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown.
ATTESTED:     April  18, 2017
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

(1) APPROVE contract General Conditions, Technical Specifications, and the Construction Task Catalog for Job Order Contracts 004, 005, 006, and 007.  
  

(2) DETERMINE that each of Federal Solutions Group (“Federal Solutions”), Aztec Consultants (“Aztec”), Mark Scott Construction, Inc. (“Mark Scott”), and S. C. Anderson Group International, Inc. dba Anderson Group International (“Anderson Group”) submitted the lowest responsive and responsible bids for the award of the job order contracts.  

RECOMMENDATION(S): (CONT'D)
  
(3) AWARD a job order construction contract for repair, remodeling, and other repetitive work to be performed pursuant to the Construction Task Catalog to each of Federal Solutions, Aztec, Mark Scott, and Anderson Group each in the amount of $2,500,000, for a term of one year each (from issuance of the first Job Order Contract Notice to Proceed for each contract), and DIRECT that the Public Works Director, or designee, prepare the contracts.  
  
(4) DIRECT that Federal Solutions, Aztec, Mark Scott, and Anderson Group shall each submit two good and sufficient security bonds (performance and payment bonds) in the amount of $2,500,000 each.  
  
(5) ORDER that, after each contractor has signed the job order contract and returned it, together with the bonds, evidence of insurance, and other required documents, and the Public Works Director has reviewed and found them to be sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board.  
  
(6) ORDER that, upon signature of the job order contract by the Public Works Director, or designee, any bid bonds posted by such bidder are to be exonerated and any checks or cash submitted for security shall be returned.  
  
(7) AUTHORIZE the Public Works Director, or designee, to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contracts, pursuant to Public Contract Code Section 22300.  
  
(8) AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to  
Public Contract Code Section 20142.  
  
(9) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the  
Board’s functions under Public Contract Code Sections 4107 and 4110.  
  
(10) DECLARE that, should the award of the contract to Federal Solutions, Aztec, Mark Scott, and/or Anderson Group be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject the bids received.  

FISCAL IMPACT:

Job orders under the job order contracts will only be issued when there is an approved project and funding. The contract value can range from a minimum of $25,000 to a maximum of $2,500,000.  

BACKGROUND:

In order to be efficient in delivering projects, the County needs 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.  
  
On September 15, 2015, the Board of Supervisors authorized the Public Works Director to solicit bids for job order contracts. On November 10, 2015, the Board of Supervisors awarded three contracts each in the amount of $2,000,000 to Sea Pac Engineering (JOC 001), John F. Otto, Inc., (JOC 002), and Mark Scott Construction (JOC 003). The California Public Contract Code (PCC) Section 20128.5 provides that counties may award annual contracts up to a maximum allowable contract value of $4,659,196 ($3,000,000 in 1998 increased annually by the California Consumer Price Index). Due to the success of the program, the great need, and the satisfactory performance by John F. Otto Inc. and Mark Scott Construction, on September 20, 2016, the Board approved Change Order No. 1 with John F. Otto, Inc. (JOC 002) and Mark Scott Construction (JOC 003) to increase the contract amount each by $2,500,000 to a new contract amount of $4,500,000.  
  
The JOC Program has been a valuable construction project delivery tool for the term of the JOC contracts. Under the JOC program, the Public Works Department has assigned 46 projects; 12 projects completed, 25 projects which are in construction, and 1 project under review and slated to be completed. As we near the expiration date and reach maximum contract amounts for the existing job order contracts, other projects are still eligible to be accomplished under the JOC program. There is a great need to continue utilizing the JOC program.  
  
On February 14, 2017, 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 four contracts. On February 17, 2017, bids were invited by the Public Works Director. On March 23, 2017, the Public Works Director received 6 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 four 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 004, 005, 006 and 007, 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 004, 005, 006, and 007 were received and opened by the Public Works Department on March 23, 2017, and the bid results are as follows:  
  

BIDDER AWARD CRITERIA FIGURE
Federal Solutions Group, San Ramon 1.0724
Aztec Consultants, Inc., San Ramon 1.0788
Mark Scott Construction, Pleasant Hill 1.0878
Anderson Group International, Burbank 1.1520
GCJ, Inc., Tracy 1.22832
Angiotti-Reilly, San Francisco 1.4400
  
Staff has determined that the four lowest bids received by Federal Solutions, Aztec, Mark Scott, and Anderson Group are responsive. The Public Works Director recommends the Board award the job order contracts for this project to Federal Solutions (JOC 004), Aztec (JOC 005), Mark Scott (JOC 006), and Anderson Group (JOC 007) for job orders under the job order contracts in amounts not less than $25,000 nor more than $2,500,000.  
  
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.  

CONSEQUENCE OF NEGATIVE ACTION:

If JOC bid solicitation is not approved and authorized, the County will not have the resources to complete deferred maintenance projects as described in the FLIP report and other County construction projects involving repair, remodeling, and other repetitive work.  

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved