San Bernardino header
File #: 3457   
Type: Consent Status: Passed
File created: 12/22/2020 Department: Real Estate Services-Project Management Division
On agenda: 1/5/2021 Final action: 1/5/2021
Subject: Job Order Contract Consulting Services Contract with The Gordian Group, Inc. dba The Mellon Group
Attachments: 1. CON-RESD-PM-010521- JOC Conslting Services-The Mellon Group, 2. Item #36 Executed BAI, 3. 21-01 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF THE COUNTY OF SAN BERNARDINO

AND RECORD OF ACTION

 

January 5, 2021

 

FROM

TERRY W. THOMPSON, Director, Real Estate Services Department - Project Management

         

SUBJECT                      

Title                     

Job Order Contract Consulting Services Contract with The Gordian Group, Inc. dba The Mellon Group

End

 

RECOMMENDATION(S)

Recommendation

Approve a three-year contract, with two one-year options to extend, with The Gordian Group, Inc., dba The Mellon Group for a total not-to-exceed amount of $2,000,000, for the period of January 12, 2021 through January 11, 2024, for consulting services for the County’s Job Order Contracting Program.

(Presenter: Terry W. Thompson, Director, 387-5252)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Improve County Government Operations.

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

 

FINANCIAL IMPACT

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 of Supervisors (Board) as part of the Capital Improvement Program (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 Contract (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 needing to develop detailed bid documents, advertise a project, and obtain individual project related construction contract approval. 

 

The recommend action will award a contract to Gordian for JOC Consultant Services.  Gordian will provide experienced staff that is responsible for the implementation of the County JOC program.  They provide current construction task catalogs specific to the County, a license agreement and technical support for eGordian information management software, document preparation, and training sessions for both County and contractor staff.   The valuable savings of time and costs meets the goal of improving County government operations and operating in a fiscally-responsible and business-like manner.

 

PROCUREMENT

On July 16, 2020, the County released a Request for Proposals (RFP) for JOC Consulting Services to interested and qualified firms for JOC consulting services through the County’s Electronic Procurement Network (ePro).  Email notifications were sent to 230 ePro contact addresses.  On July 29, 2020, an addendum was released extending the submission date, providing clarifications, and responses to proposer’s questions. 

 

On August 7, 2020, three proposals were received. A selection committee composed of personnel from the Real Estate Services Department-Project Management (RESD-PM) was established to review proposals received from this solicitation following RFP selection criteria and County Policies 11-04 and 11-04SP1.  Proposals were graded by a committee using the following criteria in its evaluation and comparison of proposals submitted:

 

                     Proposal Presentation

                     Adherence to proposal submission criteria

                     Firm Qualifications

                     Individual Qualifications

                     References

                     Overall Program Design

                     Adherence to the Scope Guidelines

                     Automated JOC system and technical approach

 

On October 1, 2020, Denial of Award and Notice of Intent to Award (NOIA) letters were sent via USPS mail.  Proposers had 10 calendar days of the issuance date of the NOIA to submit a formal protest in writing to the Purchasing Department.  No protests were received.

 

After careful evaluation of the proposals submitted, RESD-PM recommends the Board award a not-to-exceed $2,000,000, three-year contract, with two one-year options to extend, to Gordian. Per County Policy 11-04, Board approval is required for contracts exceeding an annual cost of $200,000. 

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Katherine Hardy, Deputy County Counsel, 387-5437) on November 10, 2020; Purchasing Department (Bruce Cole, Supervising Buyer, 387-2148) on November 18, 2020; Project Management Division (Don Day, Interim Deputy Director, 387-5000) on November 18, 2020; Real Estate Services Department (Jennifer Costa, Assistant Director, 387-5000) on November 18, 2020; Finance (Wen Mai, Principal Administrative Analyst, 387-4020) on December 8, 2020; and County Finance and Administration (Matthew Erickson, County Chief Financial Officer, 387-5423) on December 14, 2020.