SUBJECT: Appropriate Funds for the Task Order and Job Order (TOC/JOC) Contracting Program for FY2018.
RECOMMENDATION: Appropriate funds for the TOC/JOC Contracting Program for FY2018.
SPECIFIC EXPLANATION: The General Services Department (GSD) utilizes task order and job order contracts to facilitate minor architectural and engineering design services, mechanical, electrical and plumbing services, roof consulting services, construction, repairs, rehabilitations, or alterations of facilities for its client departments. Having these contracts in place allows the City to expedite smaller facility construction projects and can help the City respond quickly to emergency situations. Funds will be allocated to design task order contracts or construction job order contracts as work orders are issued. Accordingly, GSD recommends that City Council appropriate $3,591.000 for the TOC/JOC Program for professional and construction services for General Government, Health, Police, Library, Fire, Solid Waste and Parks and Recreation Departments.
BACKGROUND: The TOC/JOC Program is funded through supplemental allocations from various departmental budgets or appropriations from various bond funds, up to the maximum contract amount, as departments identify projects and specific funding for each project. Fees for each TOC project is negotiated based upon the size and complexity of the tasks involved. JOC work orders are issued and approved in accordance with pre-described and pre-priced tasks as established by the R.S. Means Facilities Construction Cost Data book.
PROJECT LOCATIONS: Citywide
PROJECT DESCRIPTION: See attached list.
CIP FISCAL NOTE: There are no operating or maintenance costs related to the listed projects.
CAPITAL PROJECT INFORMATION: See each attached Form A for a breakdown of capital costs.
PREVIOUS HISTORY AND PROJECT SCOPE:
TOC CONTRACTORS: Currently, GSD utilizes ten TOC contractors: Building Envelope Consultants, LLC (BEC); Zero/Six Consulting, LLC (ZeroSix); Collaborate Arch, LLC (Collaborate); English & Associates Architects, Inc. (English); Prozign, Inc. (Prozign); CSF Consulting, L.P. (CSF); Jaymark Engineering Corporation (Jaymark); Walter P. Moore and Associates, Inc. (WPM); Hunt & Hunt Engineering Corporation (Hunt&Hunt); and Infrastructure Associates, Inc. (Infrastructure).
On December 4, 2013, Ordinance No. 2013-1093, Council approved a professional roofing consultant services task order contract with BEC and ZeroSix, for a term of three years with two one-year renewal options. On December 18, 2013, Ordinance No. 2013-1201, Council approved an architectural services task order contract with Collaborate, English, and Prozign, for a term of three years with two one-year renewal options. Each contract has a maximum contract amount of $1,500,000 except for Collaborate, which is set at $2,000,000, and was authorized by Council on September 23, 2015, by Ordinance No. 2015-0901, and BEC, which is set at $2,000,000, and was authorized by Council on March 22, 2017, by Ordinance No. 2017-0207. On April 6, 2016, Ordinance No. 2016-0264, Council approved a professional engineering services task order contract with CSF, Jaymark, WPM, Hunt & Hunt, and Infrastructure, for a term of three years with two one-year renewal options. Each contract has a maximum contract amount of $1,000,000.
JOC CONTRACTORS: Currently, GSD utilizes four JOC contractors. On June 17, 2015, Ordinance No. 2015-0610, Council awarded a job order contract to Jamail & Smith Construction, LP (Jamail); Kellogg Brown & Root LLC (KBR); Horizon International Group (Horizon); and P^2MG, LLC (P2MG) for a term of two-years with three one-year renewal options. Each contract has a maximum contract amount of $10,000,000 except for Horizon, which is set at $12,500,000, and was authorized by Council on May 3, 2017, by Ordinance No. 2017-310.
M/WBE/SBE PARTICIPATION:
TOC CONTRACTORS: A 5.0% M/WBE goal has been established for BEC and ZeroSix contracts. Currently, BEC has achieved 19.59% participation, and ZeroSix has achieved 4.63% participation.
An 8.0% M/WBE goal has been established for Collaborate; English; Prozign; CSF; Jaymark; WPM; Hunt&Hunt; and Infrastructure contracts. To date, Collaborate has achieved 41.88% participation; English has achieved 23.82% participation; Prozign has achieved 8.40% participation; CSF has achieved 34.83% participation; Jaymark has achieved 40.19% participation; and Infrastructure has achieved 6.27% participation.
To date, WPM has been unable to utilize its subcontracts fully because it has self-performed structural engineering assessment/design projects. WPM contacted the Office of Business Opportunity (OBO), as described in the attached correspondence, regarding its Good Faith efforts. WPM will be assigned a project that will utilize the services of two of its M/WBE firms. It is anticipated that WPM will achieve the goal by the completion of the contract. OBO will continue to monitor WPM’s contract for compliance.
Hunt & Hunt has not achieved its goal because it self-performed mechanical, electrical and plumbing engineering services assigned to date. However, Hunt & Hunt has projects underway that are utilizing the services of its M/WBE firms. It is anticipated that Hunt & Hunt will achieve the goal by the completion of the contract.
JOC CONTRACTORS: A 20% M/WBE/SBE goal has been established for each JOC contract. To date, Jamail has achieved 44.23% participation; KBR has achieved 41.78% participation; Horizon has achieved 30.03% participation; and P2MG has achieved 29.50% participation.
CJM:JLN:RAV:JR:EA:ER
c: Marta Crinejo, Jacquelyn L. Nisby, Veronica Lizama, Michael Isermann, Luci Correa, Lisa Johnson, Benjamin Hernandez, Claudette Manning, John Middleton, Carter Roper, Ruy Lozano, Isaac O’Neal, Joanne Song, Charlie Lee, Matt Slinkard, Larry Jaskolka, J.P. Hudkins, Isaiah Osazuwa, James Reddington, Tiko Amador, Eric Rhoden, Martha Lake, File.