PDF Return
C. 54
To: Board of Supervisors
From: Brian M. Balbas, Interim Public Works Director/Chief Engineer
Date: December  5, 2017
The Seal of Contra Costa County, CA
Contra
Costa
County
Subject: Approve Change Order No.1 for repair, remodeling, and other repetitious work for Job Order Contracts 004, 005, 006, 007 (WW0862).

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   12/05/2017
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) 313-200
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:     December  5, 2017
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

APPROVE and AUTHORIZE the Interim Public Works Director, or designee, to execute Change Order No.1 with Federal Solutions Group, for Job Order Contract 004, Aztec Consultants, for Job Order Contract 005, Mark Scott Construction for Job Order Contract 006, and Anderson Group International for Job Order Contract 0007, to increase the payment limit by $2,000,000, to a new maximum contract value of $4,500,000, as allowed by Public Contract Code.

FISCAL IMPACT:

Projects under Job Order Contract 004, 005, 006, 007 are only issued when there is an approved project and funding. The maximum contract value of $4.5 million per annual job order contract is a maximum limit based on Public Contract Code Section 20128.5 (not actual appropriated dollars), and it is possible that the limit may not be reached. Having this limit allows for efficiency and flexibility in accomplishing work up to the maximum statutory limit.









BACKGROUND:

To date, the Job Order Contracts (JOC) Program has been, and is anticipated to be, a valuable construction project delivery tool for the term of the JOC contracts. Central to the JOC Program is that JOC contracts are performance-based; and as contractors perform well and timely, they will be the more likely candidates for consideration for future JOC Job Orders. Capital Projects Division desires to increase the amount of JOC projects to be performed by Federal Solutions Group (JOC 004), Aztec Consultants (JOC 005), Mark Scott Construction (JOC 006), and Anderson Group International (JOC 007) since there is a great need to continue utilizing the existing JOC contracts.   
  
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 JOC's will be determined by individual job orders using the Construction Task Catalog.   
  
On April 18, 2017 job order construction contracts were awarded to the four lowest, responsive bidders: Federal Solutions (JOC 004), Aztec (JOC 005), Mark Scott (JOC 006), and Anderson Group (JOC 007) for job orders under the JOC's in amounts not less than $25,000 nor more than $2,500,000.   
  
The Interim Public Works Director recommends the Board to approve Change Order No. 1 with Federal Solutions Group, Aztec Consultants, Mark Scott Construction and Anderson Group in the amount of $2,000,000, to increase the payment limit from $2,500,000 to a new maximum contract value of $4,500,000, as allowed by Public Contract Code.  
  

CONSEQUENCE OF NEGATIVE ACTION:

If the change order is not approved, 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