COUNTY OF SAN MATEO

Inter-Departmental Correspondence

Department of Public Works

 

DATE:

April 9, 2009

BOARD MEETING DATE:

April 28, 2009

SPECIAL NOTICE/HEARING:

None

VOTE REQUIRED:

Majority

 

TO:

Honorable Board of Supervisors

FROM:

James C. Porter, Director of Public Works

SUBJECT:

Job Order Contract General Construction Contract

 

RECOMMENDATION:

Adopt a resolution:

 

1.

Authorizing the President of the Board of Supervisors to execute a contract with Sea Pac Engineering, Inc., in an amount not to exceed $1,000,000 for the Job Order Contract – General Construction, County Of San Mateo.

 

2.

Authorizing The Director Of Public Works and his/her designee, to issue and execute on behalf of the County of San Mateo, individual and/or separate Job Orders under this contract which Job Orders in aggregate, do not exceed $1,000,000.

 

VISION ALIGNMENT:

Commitment: Responsive, effective and collaborative government.

Goal 20: Government decisions are based on careful consideration of future impact, rather than temporary relief or immediate gain.

 

Your Board’s adoption of the proposed resolution will provide staff with a powerful tool to reduce both the cost and time required to execute major maintenance and renovation projects throughout all county facilities.

 

PREVIOUS BOARD ACTION

Adopted Resolution No. 069618 on August 5, 2008, authorizing a contract with the Gordian Group for their assistance to the County in establishing and managing the Job Order Contract (JOC) processes and documentation.

 

Adopted Resolution Number 069969 on March 3, 2009, which adopted plans and specifications, determined prevailing wage scales and called for sealed proposal for the JOC.

 

DISCUSSION:

This JOC is an indefinite quantity contract pursuant to which the Contractor will perform a variety of projects, consisting of specific construction tasks, at different locations. The scope of services includes general construction, repair, remodel and other repetitive related work to be performed for the County. The County has published a Construction Task CatalogŪ (CTC) containing a compilation of construction tasks with preset unit prices. The CTC was developed using experienced labor and high quality materials. All unit prices are based on local labor, material and equipment prices including the current prevailing wages. The Contractor has bid Adjustment Factors to be applied to the unit prices. The price of an individual project will be determined by multiplying the preset unit price and the appropriate quantities by the appropriate Adjustment Factor.

 

The bids have been received and reviewed, and the proposal by:

 

Sea Pac Engineering, Inc.

3325 Wilshire Blvd., Suite 305

Los Angeles, CA 90010

 

was found to be the lowest responsible bid. It proposes an Adjustment Factor, identified as the Award Criteria Figure, to the County’s adopted CTC for General Construction Unit Costs of 0.9562 in accordance with the formula established by the County to determine such adjustment factor. A summary of bid results is included as Exhibit “A”.

 

This will be the first of many JOC contracts to be presented to the Board as State Law limits the term of JOC contracts to one year. Further, the Department anticipates separate JOC contracts tailored to road maintenance and improvement tasks.

 

A resolution has been approved as to form by County Counsel.

 

FISCAL IMPACT:

The Job Order Construction Contract is a requirements contract. Specific job orders issued under the terms of this agreement will be funded through allocations made by work authorizations established for each job order. The various individual job orders will be funded through grants, bonds, departmental sources, and general funds.

 

Therefore, there is no specific budget associated with this JOC, as funds normally allocated from pertinent budgets would otherwise be disbursed by other contracting modes currently in use. In no case will the aggregate contract exceed $1,000,000, nor be less than $50,000.

 

Attachment:

Exhibit “A”