Skip to main content
File #: A 25-206    Name: A1 with Gordian JOC Program
Type: BoS Agreement Status: Passed
File created: 5/23/2025 In control: Board of Supervisors
On agenda: 6/10/2025 Final action: 6/10/2025
Title: a. Authorize the Contracts & Purchasing Officer or their designee to execute Amendment No. 1 to Agreement A-15491 (JMYA*79) with The Gordian Group, Inc. to extend the Job Order Contract (JOC) program under Sourcewell Agreement 050421-GCI through June 7, 2026 (Attachment A); and b. Authorize the Contracts/Purchasing Officer or their designee to execute future amendments to Agreement A-15491 (JMYA*79) to match any term extension of Sourcewell Agreement 050421-GCI, subject to review and approval by the Office of the County Counsel.
Attachments: 1. Board Report, 2. Attachment A - Amendment No. 1, 3. Attachment B - Agreement, 4. Completed Board Order Item No. 61

Title

a. Authorize the Contracts & Purchasing Officer or their designee to execute Amendment No. 1 to Agreement A-15491 (JMYA*79) with The Gordian Group, Inc. to extend the Job Order Contract (JOC) program under Sourcewell Agreement 050421-GCI through June 7, 2026 (Attachment A); and

b. Authorize the Contracts/Purchasing Officer or their designee to execute future amendments to Agreement A-15491 (JMYA*79) to match any term extension of Sourcewell Agreement 050421-GCI, subject to review and approval by the Office of the County Counsel.

Report

RECOMMENDATION:

It is recommended that the Board of Supervisors:

a. Authorize the Contracts & Purchasing Officer or their designee to execute Amendment No. 1 to Agreement A-15491 (JMYA*79) with The Gordian Group, Inc. to extend the Job Order Contract (JOC) program under Sourcewell Agreement 050421-GCI through June 7, 2026 (Attachment A); and

b. Authorize the Contracts/Purchasing Officer or their designee to execute future amendments to Agreement A-15491 (JMYA*79) to match any term extension of Sourcewell Agreement 050421-GCI, subject to review and approval by the Office of the County Counsel.

 

SUMMARY

The Department of Public Works, Facilities and Parks (PWFP) is one of the implementers of the County’s Job Order Contracting (JOC) program for the County. The County contracts with The Gordian Group, Inc. (Gordian) to provide the JOC system. The Gordian contract is procured through a cooperative award made by Sourcewell. Sourcewell has extended the cooperative agreement with Gordian through June 7, 2026, and staff are amending the County’s contract with Gordian to match the term.

 

DISCUSSION:

California Public Contract Code Section (PCC) 20128.5 provides that counties may award annual contracts for repair, remodeling, or other repetitive work to be done according to unit prices.  This process is commonly referred to as JOC and is typically done by developing a construction task catalog that is then competitively bid.  JOC improves economy and efficiency in completing many public works projects, including urgent and time sensitive projects.

 

 

 

The JOC program currently provided to the County by The Gordian Group, Inc. is referred to as the JOC Complete Solution®, which includes assistance with developing each job order from identification to job order issuance. Through the JOC Complete Solution, the County has access to

 

The Gordian Group’s extensive Job Order Contract Construction Task Catalog and Technical Specifications that the County uses to develop individual job orders.

 

In addition to job order development services, the County has identified the need for The Gordian Group, Inc. to provide the JOC Complete Solution PlusTM option, which includes construction management services from estimating services, budgeting and planning to punch list review and close-out, on a project-by-project basis as requested by the County.

 

A five percent (5%) License Fee to utilize the JOC Program is payable to The Gordian Group, Inc. only if and when a Job Order is issued to a JOC Contractor.  Optionally, as needed, the County may utilize JOC Project Management services for an additional 5.95% fee.  The Gordian Group, Inc. fees are contained in the overall eligible project budgets.

 

The Gordian Group, Inc. License Fee and project management fees totaled $4,649,527 or an overall average of five and one-half percent (5.5%) of the total construction contract value to date.  This fee is lower than the industry standard of ten percent (10%) for Construction Management fees.

 

OTHER AGENCY INVOLVEMENT:

The Office of the County Counsel-Risk Management and Auditor-Controller’s Office have reviewed and approved this Amendment as to form, indemnification and insurance and fiscal provisions, respectively.

 

FINANCING:

Funds for these services are contained within the approved budget allocations of each individual department that may choose to utilize the JOC services.  Expenditures will depend on the actual services requested by individual County departments. 

 

BOARD OF SUPERVISORS STRATEGIC INITIATIVES:

The JOC Program helps with providing efficient and effective government operations by allowing improved processing for smaller and more urgent projects.  The County of Monterey has multiple documents to help identify and address critical infrastructure needs (Pavement Management Plan, Americans with Disabilities Act [ADA] Transition Plan, Facility Asset Report, Municipal Climate Action Plan, etc.).  Taking these documents into account, a Five-Year Capital Improvement Program is adopted each year to efficiently allocate resources for projects with budgets over $100,000 to help sustain the infrastructure.  The JOC Program projects include improvements to health and safety facilities.  Provision of adequate County facilities and infrastructure improves the quality of life for County residents and supports economic development results.  

 

 

 

 

 

 X Economic Development

 X Administration

 X Health & Human Services

 X Infrastructure

 X Public Safety

 

Prepared by:    John Snively, Administrative Operations Manager (831) 759-6617

Reviewed by:   Florence Kabwasa-Green, Chief of Facilities

Approved by:   Lindsay Lerable, Assistant Director of Public Works, Facilities and Parks

                         Randell Ishii, MS, PE, TE, PTOE, Director of Public Works, Facilities and Parks

 

 The following attachments are on file with the Clerk of the Board

Attachment A - Amendment No. 1

Attachment B - Agreement