File #: 2021-1846    Version: 1 Name:
Type: Consent Status: Passed
File created: 9/2/2021 In control: OPERATIONS COMMITTEE
On agenda: 9/29/2021 Final action: 9/29/2021
Title: ON-CALL MAINTENANCE AND REPAIR MASTER SERVICES CONTRACTS - SPECIFICATION NO. S-2021-1234BD
Sponsors: Rob Thompson
Attachments: 1. Agenda Report, 2. S-2021-1234BD - Jamison Engineering Contractors Inc, 3. S-2021-1234BD - Charles King Company, 4. S-2021-1234BD - J R Filanc Construction Co Inc, 5. S-2021-1234BD - Shimmick Construction Inc, 6. S-2021-1234BD - W A Rasic Construction Company, Inc, 7. S-2021-1234BD - Kiewit Infrastructure West Co, 8. S-2021-1234BD - O'Connell Engineering & Construction, Inc
Related files: 2020-1295, 2023-3148

FROM:                     James D. Herberg, General Manager

                     Originator: Rob Thompson, Assistant General Manager 

 

SUBJECT:

 

title

ON-CALL MAINTENANCE AND REPAIR MASTER SERVICES CONTRACTS - SPECIFICATION NO. S-2021-1234BD

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION: 

A.       Approve Master Services Contracts to provide on-call maintenance and repair services, Specification No. S-2021-1234BD, for a one-year period effective December 1, 2021 through November 30, 2022, with two, one-year renewal options, in accordance with Ordinance No. OC SAN-56, Section 2.03(F), with the seven qualified firms, for bids less than $300,000:

 

     1. Jamison Engineering Contractor, Inc.

2. Charles King Company

3. J.R. Filanc Construction Company, Inc.

4. Shimmick Construction Company, Inc.

5. W.A. Rasic Construction Company, Inc.

6. Kiewit Infrastructure West Co.

7. O’Connell Engineering & Construction, Inc.; and

 

B.       Authorize the General Manager to add or delete firms as necessary to maintain a qualified base of up to seven firms in accordance with the Request for Qualifications Specification No. S-2021-1234BD.

body

 

 

BACKGROUND

 

The objective of the Maintenance & Repair Services Program is to provide a Task-Order based procurement process that allows the Orange County Sanitation District (OC San) to “fast track” repair services on OC San assets.  These master services contracts will also benefit OC San in having ready access and agreed upon response terms for urgent and emergency repairs.  This procurement is not intended to operate on a rotational basis.  The successful Contractors selected from the Request for Qualification (RFQ) process will be offered the opportunity to bid on individual Task Orders.  Task Order Bids will be awarded to the lowest responsive bidder.  Task Orders will vary in cost not to exceed $300,000, in accordance with Ordinance No. OC SAN-56, Section 2.03 (F).  Maintenance and Repair Projects with estimates exceeding $300,000 (including change orders) will be submitted through the formal bid procurement process (i.e., design/bid/award/repair), including Operations/Board Committee approval pursuant to OC San’s Purchasing Ordinance.

 

RELEVANT STANDARDS

 

                     Ensure the public’s money is wisely spent

                     Maintain a culture of improving efficiency to reduce the cost to provide the current service level or standard

 

PROBLEM

 

OC San’s Purchasing Ordinance allows selection of Master Contracts for providing maintenance and repair services to improve its efficiency to purchase goods and services required by OC San.  The current Master Services Contracts to provide on-call maintenance and repair services is set to expire on November 30, 2021.

 

PROPOSED SOLUTION

 

Select up to seven qualified firms using the Request for Qualification (RFQ) process to perform maintenance & repair services on a Task-Order basis by offering the opportunity to bid on individual Task Orders.

 

TIMING CONCERNS

 

The existing Master Services Contracts expire November 30, 2021.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

OC San will not have on-call contracts to expedite procurement of facility maintenance and repair services, which would hamper our ability to make timely repairs to ensure the reliability of our collection system and treatment plants.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

October 2018 - Board approved Master Services Contracts for maintenance and repair services with seven qualified firms for bids less than $300,000.

 

ADDITIONAL INFORMATION

 

A Request for Qualifications (RFQ) was issued on April 27, 2021 via PlanetBids.  A non-mandatory pre-bid meeting was conducted virtually on May 18, 2021.  Statements of Qualifications (SOQs) were received on June 10, 2021.  OC San received nine responsive SOQs from the following Contractors:

 

1. Jamison Engineering Contractor, Inc.

2. Charles King Company

3. J.R. Filanc Construction Company, Inc.

4. Shimmick Construction Company, Inc.

5. W.A. Rasic Construction Company, Inc.

6. Kiewit Infrastructure West Co.

7. O'Connell Construction Company, Inc.

8. Tharsos

9. ICS

 

The nine Contractors were evaluated on a pass/fail basis as required per the RFQ, based on the following two categories: (1) financial history, and (2) safety record.  Each of the nine Contractor’s financial history and safety records were evaluated pursuant to the criteria established in the RFQ and all nine Contractors were deemed responsive.

 

A three-member panel reviewed, evaluated, and ranked the nine responsive Contractors’ SOQ’s based upon the following three categories: (1) qualifications of the firm, (2) staff qualifications, and (3) related experience in maintenance and repair services.  Staff reviewed and ranked the proposals, and the following table summarizes the results of the rankings:

 

Rank

Proposer

Subtotal Score (Max 100%)

1

Jamison Engineering Contractor, Inc.

90%

2

Charles King Company

88%

3

J.R. Filanc Construction Company, Inc.

88%

4

Shimmick Construction Company, Inc.

87%

5

W.A Rasic Construction Company, Inc.

83%

6

Kiewit Infrastructure West Co.

82%

7

O’Connell Construction Company, Inc.

78%

8

Tharsos

71%

9

ICS

54%

 

Based on the results, staff recommends awarding the Master Services Contracts to the top seven ranked Contractors (Proposers).

 

 

CEQA

 

N/A

 

 

FINANCIAL CONSIDERATIONS

 

This request complies with authority levels of OC San’s Purchasing Ordinance.  This recommendation will be funded under the Repairs and Maintenance line for Operations and Maintenance Department (Budget Update - Fiscal Year 2021-22, Page 45).  The available funding is sufficient for this action.

 

 

 

ATTACHMENT

The following attachment(s) may be viewed on-line at the OC San website (www.ocsan.gov) with the complete agenda package:

 

                     Master Services Contracts

 

RM:jg:ab:gc