PDF Return
C. 69
To: Board of Supervisors
From: Brian M. Balbas, Public Works Director/Chief Engineer
Date: May  7, 2019
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 008, 009 & 010 (WW0948)

APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE

Action of Board On:   05/07/2019
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 925-957-2480
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:     May  7, 2019
David Twa,
 
BY: , Deputy

 

RECOMMENDATION(S):

APPROVE and AUTHORIZE the Public Works Director, or designee, to execute Change Order No. 1 with: Mark Scott Construction, Inc. for Job Order Contract 008; Staples Construction Company for Job Order Contract 009; and Aztec Consultants for Job Order Contract 010, to increase the payment limit by $2,400,000 to a new payment limit of $4,900,000 each, as allowed by Public Contract Code 20128.5, Countywide.

FISCAL IMPACT:

Projects under Job Order Contract 008, 009, & 010 are only issued when there is an approved project and funding. The maximum contract value of $4.9 million per annual job order contract is a maximum limit based on Public Contract Code Section 20128.5 to reflect the percentage change in the consumer price index (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 (100% Various Funds).








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 payment limit of each of the contracts so that additional JOC projects can be performed by Mark Scott Construction (JOC 008), Staples Construction (JOC 009), and Aztec Consultants (JOC 010) since there is a great need to continue utilizing JOC contracts.   
  
On September 11, 2018, 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 September 11, 2018, bids were invited by the Public Works Director. On October 11, 2018, the Public Works Director received 3 bids for the job order contracts. The scope of work for the work performed under the JOCs will be determined by individual job orders using the Construction Task Catalog.   
  
On November 13, 2018, job order construction contracts were awarded to the three lowest, responsive bidders: Mark Scott Construction (JOC 008), Staples Construction (JOC 009), and Aztec Consultants (JOC 010) for job orders under the JOCs in amounts not less than $25,000 nor more than $2,500,000. The term of the JOCs is 12 months from and after the starting date as established by the Notice to Proceed for the first job order issued under each contract. California Environmental Quality Act (CEQA) requirements will be addressed on a project-by-project basis as job orders occur. Each of the job order contractors will perform outreach required under the County's Outreach Program for the work to be performed under each job order in excess of $175,000.   
  
The Public Works Director recommends the Board to approve Change Order No. 1 with Mark Scott Construction, Staples Construction, and Aztec Consultants in the amount of $2,400,000, to increase the payment limit from $2,500,000 to a new maximum contract value of $4,900,000, as allowed by Public Contract Code 20128.5.

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 Facilities Lifecycle Improvement Program (FLIP) report and other County construction projects involving repair, remodeling, and other repetitive work.

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved