|
Agenda Item
ASR
Control 25-000647 |
||
|
MEETING
DATE: |
09/23/25 |
|
|
legal entity taking action: |
Board
of Supervisors |
|
|
board of supervisors district(s): |
All
Districts |
|
|
SUBMITTING Agency/Department: |
Sheriff-Coroner (Approved) |
|
|
Department contact person(s): |
Brian
Wayt (714) 647-1803 |
|
|
|
Dave
O'Connell (714) 935-6844 |
|
Subject: Renew Amendment Number Two for
Various General Maintenance Service Contracts
|
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
|
Concur |
Approved
Agreement to Form |
Discussion |
||||||||
|
|
|
3
Votes Board Majority |
||||||||
|
|
|
|
||||||||
|
Budgeted: Yes |
Current Year
Cost: $986,301 |
Annual Cost: FY 2026-27 $813,699 |
||||||||
|
|
|
|
||||||||
|
Staffing Impact: |
No |
# of Positions: |
Sole Source: No |
|||||||
|
Current Fiscal Year Revenue: N/A
|
||||||||||
|
Prior Board Action: 10/8/2024 #6, 5/24/2022 #12 |
||||||||||
RECOMMENDED
ACTION(S):
Authorize the County Procurement
Officer or Deputized designee to execute Amendments Number Two to subordinate
contracts for General Maintenance Services with three firms (specifically
identified below), effective December 13, 2025, through December 12, 2026, in
the amount of $1,800,000 ($600,000 per amendment), for a new aggregate amount
not-to-exceed $8,100,000:
|
a. |
Amendment Number
Two to renew Contract with Ray Carmody dba Carmody Construction Company, in
an amount not to exceed $600,000 to provide General Maintenance Services. |
|
b. |
Amendment Number
Two to renew Contract with CTG Construction, Inc., dba C.T. Georgiou Painting
Co., in an amount not to exceed $600,000 to provide General Maintenance
Services. |
|
c. |
Amendment Number
Two to renew Contract with H.L. Miller, Inc., in an amount not to exceed
$600,000 to provide General Maintenance Services. |
SUMMARY:
Approval to renew the General Maintenance
Service contracts will provide timely access to specialized services needed and
allow the Sheriff-Coroner Department to continue to maintain and repair
facilities as required.
BACKGROUND
INFORMATION:
The Sheriff-Coroner’s Department (Sheriff)
is responsible for all maintenance, repairs, and construction projects
associated with its facilities, which include five jails, various substations,
training facilities, the Coroner’s Office, Sheriff Headquarters, and the OC
Crime Lab. Due to the nature of the Sheriff’s 24/7 operations, it is imperative
that issues are addressed immediately and properly to ensure the continuation
of daily operations and the general safety of inmates.
On September 10, 2021, the County
Procurement Office (CPO) advertised a Request for Proposal (RFP) and accepted
proposals for General Maintenance Services that resulted in three vendors being
selected: Ray Carmody dba Carmody Construction Company, CTG Construction, Inc.
dba C.T. Georgiou Painting Co., and H.L. Miller, Inc. December 13, 2021, CPO
issued these contractors a Regional Cooperative Agreement (RCA) for the term
December 13, 2021, through December 12, 2026, based upon the aforementioned
proposals. The RCA was included as an
Exhibit to the contracts as part of Attachment G and its terms are
incorporated. The Orange County Preference Policy (OCPP) was applicable and
incorporated into the solicitation, although no OCPP qualified proposals were
submitted.
The table below details the recent history
with the general contractors:
|
Board
of Supervisors (Board) Approved |
Amendment Number or Contract |
Contract
Term |
Contract
Amount |
Comments |
|
5/24/22 |
Contract |
5/24/22 - 12/12/24 |
$4.5 million |
Board approved new subordinate
contracts. |
|
10/8/24 |
One |
12/13/24 - 12/12/25 |
$1.8 million |
Board approved amendment number one. |
Having a prequalified general contractor
under a standing contract allows Sheriff to expedite projects of lower
complexity and do so in full compliance with the County’s Contract Policy
Manual. Standing contracts allow Sheriff to handle a larger workload in a more
efficient and cost-effective manner.
Sheriff now requests approval to
renew all three subordinate contracts for general maintenance services under
Amendment Number Two effective December 13, 2025, through December 12, 2026, in
the not to exceed amount of $1.8 million for a new cumulative not to exceed
amount of $8.1 million as noted in the Recommended Action. Prior to the
subordinate contracts' expiration, Sheriff will explore if a new RCA has been
issued for these services. If a new RCA is issued, Sheriff will pursue new
subordinate contracts otherwise, Sheriff will issue a solicitation for General
Maintenance Services.
The Contractor’s performance has
been confirmed as satisfactory. Sheriff has verified that there are no concerns
that must be addressed with respect to contractors' ownerships/names,
litigation status or conflicts with County interests. and the Sheriff has
conducted a due diligence check required by the revised 2024 Contract Policy
Manual. These amendments do not currently include subcontractors or pass
through to other providers. See Attachment D for the Contract Summary Forms.
Compliance
with the CEQA: The
proposed project was previously determined to be categorically exempt from the
California Environmental Quality Act (CEQA) pursuant to Section 15301 (Class 1)
of the CEQA Guidelines, on May 24, 2022,
when it was originally approved because it provides for the maintenance of existing
public facilities with negligible or no expansion of the existing use. The
proposed project is still consistent with this determination.
FINANCIAL
IMPACT:
Appropriations for these services
are included in the FY 2025-26 Budget, Budget Control 060, Sheriff Coroner, and
Fund 14Q, Sheriff-Coroner Construction and Facility Development and will be
included in the budgeting process for future years. The funding source of each
project performed under these contracts is determined by the project type. If
the project is routine maintenance, then the expenditure is funded from Budget
Control 060, and offset by General Fund. These contracts contain language
allowing the Sheriff-Coroner Department to terminate the contracts or reduce
the level of services without penalty with cause or without cause in the event
that funding is reduced and/or not available to continue funding the contract.
STAFFING
IMPACT:
N/A
ATTACHMENT(S):
Attachment
A - Amendment Number Two to MA-060-22010896
Attachment B - Amendment Number Two to MA-060-22010897
Attachment C - Amendment Number Two to MA-060-22010898
Attachment D - Contract Summary Form