Great Lakes Water Authority Logo
File #: 2022-046    Version: 1 Name:
Type: Resolution Status: Passed
File created: 2/1/2022 In control: Board of Directors
On agenda: 2/23/2022 Final action: 2/23/2022
Title: Contract No. 2100330 2022 Job Order Contract
Sponsors: Navid Mehram
Indexes: Wastewater Operations
Attachments: 1. 2100330.Procurement Board Report-RFP

Title

Contract No.  2100330

2022 Job Order Contract

 

Body                     

Agenda of:                     February 23, 2022

Item No.:                     2022-046

Amount:                     $28,500,000.00

 

TO:                     The Honorable

                     Board of Directors

                     Great Lakes Water Authority

 

FROM:                     Suzanne R. Coffey, P.E.

                     Interim Chief Executive Officer

                     Great Lakes Water Authority

 

DATE:                     February 1, 2022

 

RE:                     Contract No.  2100330

                     2022 Job Order Contract

                     Vendors:  Clark Construction Company

                                       Commercial Contracting Corporation

                                        De-Cal, Inc.

                                        F.H. Paschen

                                       J.F. Cavanaugh Company

                                        LGC Global, Inc.

                                       Major Cement Company

                                        Weiss Construction Company, LLC.

 

MOTION

Upon recommendation of Navid Mehram, Chief Operating Officer - Wastewater Operating Services, the Board of Directors (Board) of the Great Lakes Water Authority (GLWA), authorizes the Interim Chief Executive Officer (ICEO) to enter into Contract No. 2100330, “2022 Job Order Contract” with multiple vendors, at a cost not to exceed $28,500,000.00 for a duration of three (3) years with the Option of Two (2) One-Year renewals; and authorizes the ICEO to take such other action as may be necessary to accomplish the intent of this vote. 

BACKGROUND

The 2019 Job Order Contract (JOC) has handled over 80 task orders since the inception of the contract.  These task orders included nine (9) emergency task orders, and approximately 71 regular task orders.  The emergency tasks included repair of the secondary water system failure for Oakwood CSO, chlorine header replacement at the Water Resource Recovery Facility (WRRF), sludge line repairs at scum building #4 at the WRRF, and several others that were extremely critical to sustaining the facility operations.  Use of the JOC in the emergent conditions allowed GLWA to have contractor staff on-site in under four (4) hours and work towards a resolution to ensure continuity of operations.  The regular bid 71+ task orders ranged in scope from full LED lighting upgrades for all CSO facilities, to gate repairs at the WRRF and CSO’s, to SCADA modifications and window replacements for the water treatment plants, and many different tasks in between. 

Overall, over $16.4 million in tasks have been awarded since the contract inception with another $8 million in the planning stages.  To date, 35 tasks have been completed and closed out, three (3) are substantially completed, and the remainder are in various stages of completion.  Each of the original six (6) vendors participated in various opportunities to bid tasks.  Three (3) of the original six (6) vendors have a combined 48 tasks between them, with the other three (3) vendors sharing the remaining 32. 

Services provided under the JOC include, but are not limited to, general contracting for demolition, earthwork, asbestos & lead abatement, concrete, masonry, steel erection, interior/exterior finishes, painting, mechanical, HVAC, plumbing, fire protection, interior/site electric, roofing, glazing, instrumentation & controls, sewer cleaning & inspection, flatwork, paving, and pipeline construction.  Each task will be competitively bid by a minimum of three (3) out of the eight (8) selected vendors.  The selected vendors will compete with an understanding of the scope, approach, schedule, and budget elements being considered for responsiveness to the task.  Each task will follow an initiation that routes it through the GLWA established procedures for proper oversight, budgeting, and execution.  Once a task is awarded, a notice to proceed will be issued to a vendor authorizing a task and identifying the task value against the vendor’s PO issued to them during the contract award phase.

JUSTIFICATION

In our commitment to frequently bid and provide opportunities to the vendor community and to increase the number of Contractors able to provide pre-qualified construction services to GLWA, GLWA prepared a request for proposals and advertised it in 4Q 2021.  This 2022 version of the Job Order Contract will streamline the procurement of relatively small purchase orders for maintenance and repair services.  This JOC stands to meet organization needs in a timely and efficient manner in line with the Board’s request to improve project inception and completion cycle.  Eight (8) proposals were received, and we have determined all eight (8) contractors are qualified to perform work under the JOC and propose to award an opportunity to participate in the JOC to each of the eight (8) respondents.  This stands to increase opportunities  for businesses in our region, which is also a goal of the Board.

This JOC has been evaluated by GLWA Legal and Procurement teams and meets GLWA Procurement Policies while simultaneously continuing the high level of service to the GLWA Operations & Maintenance teams who rely on quick turnarounds for contracted services to perform maintenance & repairs to GLWA Facilities.  The tasks within this JOC revolve around operations & maintenance and serve to protect, preserve, and improve the performance of GLWA assets responsible for protecting the environment and meeting National Pollutant Discharge Elimination System (NPDES) permit requirements.  

 

The maintenance & repair procurements are essential to continue meeting current demand, or regulatory requirements by keeping our infrastructure intact.  By continuing the use of the next JOC contract, we will continue to allow GLWA Procurement, Legal, and Risk Management teams to focus more on procuring large capital improvement design and construction projects needed to preserve and obtain capacity/improvements necessary to meet future demands or regulatory requirements.  This strategy will continue to allow all current and future procurement needs to have the priority and urgency they require.

FINANCIAL PLAN IMPACT

Summary:  This contract will be available for Wastewater Operations Group, Water Operations, Field Services and Facility Operations maintenance tasks, and facilities renovations. The use of this contract will be controlled by consistent application of current requisition and approval practices whereby individual tasks requested are reviewed against the available budget by expense category and cost center. With these controls in place, this contract is within the financial plan.

Funding Source (depending on the task):  The majority of the contract will be allocated to the Operations and Maintenance (O&M) budgets for Water (5910) and Sewer (5960).  Additionally, Improvement and Extension (I&E) funds under Water (5506) and Sewer (5404) may be used for small capital projects such as equipment replacement and facility renovations.

Cost Centers (depending on the task):   Different Groups will have this contract available for their use. As noted above, each Group will continue to utilize the current requisition process for budget control.  These groups, including Wastewater Operations, Water Operations, Field Services, and Facility Operations, will be responsible for controlling their expenditures within their budget.

 

Expense Types (depending on the task): 

Contractual Operating Services (617900)

Repairs & Maintenance - Buildings & Grounds (622200)

Repairs & Maintenance - Equipment (622300)

Repairs & Maintenance - Facilities (622400)

Capital Outlay (901100)

 

Estimated Cost by Year and Related Estimating Variance:  See table below.   

Fiscal Year                                                                                                                              Amount         

FY 2022 Amended Budget (Prorated)                          $3,771,190.00                                      

FY 2023 Financial Plan                                                    14,743,700.00

FY 2024 Financial Plan                                                    14,349,900.00

FY 2025 Financial Plan                                                    15,165,400.00

FY 2026 Financial Plan                                                    15,295,800.00

FY 2027 Financial Plan (prorated)                          11,796,180.00   

Total Financial Plan Forecast                                               75,155,170.00

Proposed Contract Amount                                              28,500,000.00

Forecast Variance (positive/ (negative))                         $46,622,170.00

 

COMMITTEE REVIEW

This item was presented to the Operations and Resources Committee at its meeting on February 9, 2022. The Operations and Resources Committee unanimously recommended that the GLWA Board adopt the resolution as presented.

SHARED SERVICES IMPACT

The proposed procurement of this item may be shared by the GLWA and DWSD as outlined in the Shared Services Agreement (OPS-008).  This item is budgeted by both entities as noted above.