San Bernardino header
File #: 1444   
Type: Consent Status: Passed
File created: 12/9/2019 Department: Real Estate Services-Project Management Division
On agenda: 12/17/2019 Final action: 12/17/2019
Subject: v Award Job Order Contracts and Amendment No. 2 with The Gordian Group, Inc. Dba The Mellon Group for Job Order Contract Consulting Services
Attachments: 1. CON-RESD-PMD-121719-Job Order Contracts-GBJOC14-PUB, 2. CON-RESD-PMD-121719-Job Order Contracts-GBJOC14-SJD&B, 3. CON-RESD-PMD-121719-Job Order Contracts-GEJOC11-Angeles, 4. CON-RESD-PMD-121719-Job Order Contracts-GEJOC11-Exbon, 5. CON-RESD-PMD-121719-Job Order Contracts-GEJOC11-Horizons, 6. CON-RESD-PMD-121719-Job Order Contracts-GEJOC11-PUB, 7. CON-RESD-PMD-121719-Job Order Contracts-GEJOC11-SJD&B, 8. CON-RESD-PMD-121719-Job Order Contracts-MJOC12-D. Burke, 9. CON-RESD-PMD-121719-Job Order Contracts-MJOC12-Mesa, 10. CON-RESD-PMD-121719-Job Order Contracts-PFJOC10-Angeles, 11. CON-RESD-PMD-121719-Job Order Contracts-PFJOC10-PUB, 12. CON-RESD-PMD-121719-Amendment No. 2 Mellon Group, 13. CON-RESD-PMD-121719-Job Order Contracts-GBJOC14-Angeles, 14. CON-RESD-PMD-121719-Job Order Contracts-GBJOC14-Exbon, 15. CON-RESD-PMD-121719-Job Order Contracts-GBJOC14-Horizons, 16. Item #53 Executed BAI, 17. 19-822 Executed Contract, 18. 19-823 Executed Contract, 19. 19-824 Executed Contract, 20. 19-825 Executed Contract, 21. 19-826 Executed Contract, 22. 19-827 Executed Contract, 23. 19-828 Executed Contract, 24. 19-829 Executed Contract, 25. 19-830 Executed Contract, 26. 19-831 Executed Contract, 27. 19-832 Executed Contract, 28. 19-833 Executed Contract, 29. 19-834 Executed Contract, 30. 19-835 Executed Contract, 31. 16-24-A-2 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

December 17, 2019

 

FROM

Terry W. Thompson, Director, Real Estate Services Department - Project Management Division 

         

SUBJECT                      

Title                     v

Award Job Order Contracts and Amendment No. 2 with The Gordian Group, Inc. Dba The Mellon Group for Job Order Contract Consulting Services

End

 

RECOMMENDATION(S)

Recommendation

1.                     Approve Job Order Contract with Horizons Construction Company International, Inc., in an amount not to exceed $4,600,000, to provide General Building Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

2.                     Approve Job Order Contract with Angeles Contractor, Inc., in an amount not to exceed $4,600,000, to provide General Building Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

3.                     Approve Job Order Contract with Exbon Development, Inc., in an amount not to exceed $4,600,000, to provide General Building Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

4.                     Approve Job Order Contract with PUB Construction, Inc., in an amount not to exceed $4,600,000, to provide General Building Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

5.                     Approve Job Order Contract with SJD&B, Inc., in an amount not to exceed $4,600,000, to provide General Building Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

6.                     Approve Job Order Contract with Horizons Construction Company International, Inc., in an amount not to exceed $3,000,000, to provide General Engineering Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

7.                     Approve Job Order Contract with Angeles Contractor, Inc., in an amount not to exceed $3,000,000, to provide General Engineering Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

8.                     Approve Job Order Contract with Exbon Development, Inc., in an amount not to exceed $3,000,000, to provide General Engineering Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

9.                     Approve Job Order Contract with PUB Construction, Inc., in an amount not to exceed $3,000,000, to provide General Engineering Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

10.                     Approve Job Order Contract with SJD&B, Inc., in an amount not to exceed $3,000,000, to provide General Engineering Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

11.                     Approve Job Order Contract with D. Burke Mechanical Corp., in an amount not to exceed $3,000,000, to provide Mechanical Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

12.                     Approve Job Order Contract with Mesa Energy Systems, Inc., in an amount not to exceed $3,000,000, to provide Mechanical Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

13.                     Approve Job Order Contract with PUB Construction, Inc., in an amount not to exceed $1,000,000, to provide Painting and Flooring Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

14.                     Approve Job Order Contract with Angeles Contractor, Inc., in an amount not to exceed $1,000,000, to provide Painting and Flooring Job Order Contract services throughout the County for the period of December 17, 2019 through December 16, 2020.

15.                     Approve Amendment No. 2 to contract No. 16-24 with The Gordian Group, Inc. dba The Mellon Group increasing the contract amount by $900,000, from $3,500,000, to a total not-to-exceed contract amount of $4,400,000.

16.                     Grant discretionary authority to the Director of the Real Estate Services Department, Deputy Director of the Real Estate Services Department - Project Management Division, Supervising Project Managers, and Project Managers to approve any and all plans, specifications, and project descriptions for projects performed by Job Order Contract contractors, including but not limited to, building repairs/remodels, parking lot repair, roadway rehabilitation, Americans with Disabilities Act upgrades, utility improvements, landscape, signage, roof rehabilitations, and electrical system improvements, as these individuals shall determine in their discretion are necessary.

17.                     Authorize the Director of the Real Estate Services Department, the Deputy Director of the Real Estate Services Department - Project Management Division, or the Supervising Project Manager to issue individual job orders under the job order contracts.

18.                     Authorize the Director of the Real Estate Services Department to accept the work when 100% complete, and execute and file the Notice of Completion for Projects/Job Orders.

 (Presenter: Terry W. Thompson, Director, 387-5000)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

Operate in a Fiscally-Responsible and Business-Like Manner.

 

FINANCIAL IMPACT

The Recommendations in this item will not result in the use of additional Discretionary General Funding (Net County Cost).  These unencumbered contracts will be funded from projects approved as part of the Capital Improvement Program (CIP), or reimbursed from the departments who initiate projects with their own or other funding.  Upon Board of Supervisors (Board) approval of the contracts, there is a $25,000 guaranteed minimum value of work to be ordered under each contract award for a total County obligation of $350,000.  

 

The contract with The Gordian Group, Inc. dba The Mellon Group (Gordian) will not result in the use of any additional Discretionary General Funding (Net County Cost). This contract is funded from projects approved by the Board as part of the CIP or reimbursed from available funds in the budgets of the departments that initiate the projects.

 

BACKGROUND INFORMATION

Public Contract Code section 20128.5 authorizes the County to use Job Order Contracts (JOC) Services to rapidly engage contractors to perform the repair, renovation, remodeling, or other repetitive work at existing public facilities utilizing a unit price structure.  Experience with this process has shown that JOC offers several advantages over traditional procurement methods for construction services including the savings of time and costs related to not developing detailed bid documents, advertising a project, and obtaining individual project related construction contract approval.  The savings of time, effort and cost of the JOC program thereby achieves the County and Chief Executive Officer Goals and Objectives to Operate in a Fiscally-Responsible and Business-Like Manner and Improve County Government Operations.

 

There are Job Order contracts currently in place, however, they are reserved for projects commencing or currently in construction.  The value of these contracts cannot be increased to accommodate additional work, as the Public Contract Code section 20128.5 imposes a maximum value.  Procuring additional JOC services will ensure the availability of funds and the contractors to perform work in these specific areas for future projects over a one-year term.

 

PROCUREMENT

On October 24, 2019 (Item No. 54), the Board authorized the Real Estate Services Department- Project Management Division (PMD) to advertise for competitive bids for General Building, General Engineering, Painting and Flooring, and Mechanical JOC contracts.  On September 27, 2019, PMD advertised for bids in the Daily Press, seven Plan Rooms, and on the County of San Bernardino Electronic Procurement Network (ePro) in accordance with the County’s formal bidding procedures.  On October 3, 2019, 17 contractors attended the mandatory pre-bid meeting. 

 

Bids received are based on the bid adjustment factor, which the contractor will multiply against “pre-priced” unit costs (compiled in a project task catalog), which is part of the contract.  In addition, the lowest bid is determined by a formula applied to the eight bid factors submitted, which vary based upon the location, time of day, and response time required for the project.  The adjustment factor represents all of the contractor’s costs (indirect and direct) and profit not included in the pre-priced unit costs.

 

On October 24, 2019 the following eight bids were received for the General Building JOC:

 

Contractor

Location

Bid Factor

PUB Construction, Inc.

Diamond Bar, CA

0.8000

Horizons Construction Co Int’l Inc.

Orange, CA

0.8000

Angeles Contractor, Inc.

City of Industry, CA

0.8000

SJD&B, Inc.

Rancho Cucamonga, CA

0.8000

Exbon Development, Inc.

Garden Grove, CA

0.9860

Vincor Construction, Inc.

Brea, CA

1.0589

Dalke & Sons Construction, Inc.

Riverside, CA

1.1114

New Creation Builders

Bellflower, CA

1.4113

 

PMD recommends that the Board award the five $4,600,000 unencumbered General Building JOC contracts to PUB Construction, Inc., Horizons Construction Company International, Inc., Angeles Contractor, Inc., SJD&B, Inc., and Exbon Development, Inc., the lowest responsive and responsible bidders.

 

On October 24, 2019, the following seven bids were received for the General Engineering JOC:

 

Contractor

Location

Bid Factor

PUB Construction, Inc.

Diamond Bar, CA

0.8000

Horizons Construction Co Int’l Inc.

Orange, CA

0.8000

Angeles Contractor, Inc.

City of Industry, CA

0.8000

SJD&B, Inc.

Rancho Cucamonga, CA

0.8963

Exbon Development, Inc.

Garden Grove, CA

0.9860

KEC Engineering

Corona, CA

1.2695

New Creation Builders

Bellflower, CA

1.5928

 

PMD recommends that the Board award the five $3,000,000 unencumbered General Engineering JOC contracts to PUB Construction, Inc., Horizons Construction Company International, Inc., Angeles Contractor, Inc., SJD&B, Inc., and Exbon Development, Inc., the lowest responsive and responsible bidders.

 

On October 24, 2019 the following two bids were received for the Mechanical JOC:

 

Contractor

Location

Bid Factor

D. Burke Mechanical Corporation

Norco, CA

1.2554

Mesa Energy Systems, Inc.

Irvine, CA

1.4336

 

PMD recommends the Board award two $3,000,000 unencumbered Mechanical JOC contracts to D. Burke Mechanical Corporation and Mesa Energy Systems, Inc., the lowest responsive and responsible bidders. 

 

On October 24, 2019 the following two bids were received for the Painting and Flooring JOC:

 

Contractor

Location

Bid Factor

PUB Construction, Inc.

Diamond Bar, CA

0.7999

Angeles Contractor, Inc.

City of Industry, CA

0.8000

 

PMD recommends that the Board award the two $1,000,000 unencumbered Painting and Flooring JOC contracts to PUB Construction, Inc. and Angeles Contractor, Inc., the lowest responsive and responsible bidders.

 

On January 12, 2016 (Item No. 36), as a result of a competitive process, the Board approved Contract No. 16-24, a five-year contract with Gordian to provide services for the development, implementation, and support of the County JOC program.  Approval of Amendment No. 2 increases the contract amount with Gordian by $900,000, from $3,500,000, to a total not-to-exceed contract amount of $4,400,000 to continue support services for the new contracts. The increase in the contract amount will ensure that the support services, including the use of the task catalogue, project tracking software, and proposal review support, will continue through the conclusion of the procurement/contract for these requested JOC services.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Katherine Hardy, Deputy County Counsel, 387-5437) on November 18, 2019; Purchasing Department (Michelle Churchill, Buyer III, 387-2070) on November 21, 2019;  Project Management Division (Darlynn Wissert, Deputy Director, 387-5000) on November 21, 2019; Finance (Wen Mai, Principal Administrative Analyst, 387-4020), on December 2, 2019; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on December 2, 2019.

 

(MV: 387-5225)