LA County Public Works
Toggle navigation
dpw.lacounty.gov
  • Menu 
    • DPW Home
    • Do Business with Public Works
    • Local Small Business Enterprise | LSBE
    • Disabled Veteran Business Enterprise | DVBE
    • Social Enterprise | SE
    • Prime Contractor
    • Local and Targeted Worker Hire Program
    • Community Workforce Agreement
    • Get Contracts
    • Opportunities
    • Active As-Needed
    • Active JOC Contracts
    • Get Informed
    • Calendar of Events
    • Contact Us
    • Resources
Certify
Connect
Grow

Active JOC Contracts

Active JOC Contracts

Job Order Contracting (JOC) is a flexible process used for contractors to provide maintenance, repair and refurbishment of County infrastructure and building facilities. After award of a JOC contract, individual work orders are issued on an as-needed basis, over the course of a one year contract. Learn more about Job Order ContractingLearn More

JOC Summary

Work Orders for JOC Contract 2117CP

MTM Construction, Inc.
$5,250,000
PW15584
4/18/2022
4/17/2023

Projects

Work Order # Work Order Title Work Order Amount Work Order Description
2117CP-001-01B3 PDC DM2-Laundry Warehouse HVAC Long Lead $802,318.84

Contractor to provide all labor, materials, and equipment to perform the detailed scope of work as outlined below, as well as the attached Construction Documents at LAUNDRY WAREHOUSE, 29350 THE OLD ROAD. CASTAIC, CA 91384.

2117CP-001-02B2 Pitchess Detention Center DM2-Laundry Warehouse HVAC Make Ready $1,696,803.73
2117CP-001-03S1 PDC DM2-Laundry Warehouse HVAC Make Ready Supplement $69,848.32
2117CP-006-01B1 HQ Mezzanine Credit Union Renovations $298,527.09

Mezzanine Credit Union Renovation per plans.

2117CP-009-01B1 HQ 8th Floor - Breakroom Repairs $22,152.47

Scope of Work:

  • Phase I o Temporarily remove breakroom sink and accessories. o Temporarily remove door leading to breakroom sink. o Mold abatement per attached layout ? Remove drywall where mold is present per attached layout. ? Remove first layer of drywall on North wall of breakroom per attached layout. ? Remove drywall to studs around sink per attached layout. o Remove base cabinets where microwaves are located. o Remove all flooring material to concrete. o Abate fireproofing on 2 beams above ceiling per site walk. o Install zip wall with zipper door per attached layout.
2117CP-009-02S3 HQ 7th & 8th Floor - Breakroom Repairs Supplemental $18,741.59

Description of Work: Abate asbestos containing insulation, remove water damaged drywall and flooring.

Schedule

? All abatement work must be completed between Thursdays 5 p.m. and Sunday 11:59 p.m. Air handlers must be operable by Sunday 11:59 p.m. ? Abatement schedule must be approved before filing with AQMD for the abatement schedule (if needed)

General Requirements

? Unless authorized specifically for this project - Bins will not be allowed on site during the work week. All contractor equipment, material, and waste must be hauled daily or properly stored and secured within the work area. ? As a Headquarters policy, abatement contractors must exhaust the filtered air to a designated outdoor area. ? Hazmat work will be monitored by a 3rd party industrial hygienist. ? HAZMAT must be hauled off site before the next Monday start of business. ? Facilities management must be notified and consent to hot work before it is performed. The contractor must receive approval on their hot work permit from the designated building representative and follow all agreed upon conditions. ? The contractor shall include labor to move chairs, tables, counters, etc. The exception is furniture that requires assembly. ? Invoices should be submitted along with proper documentation of inspected work.

Abatement and Demo Work ? 7th floor only (8th was agreed upon in 2116CP-009.01B1)

? Abate water damaged/moldy drywall and asbestos containing fireproofing. o ACM material will be marked during site walk with contractor. ? Abatement must be performed within national, state, local regulations. ? Demo the floor down to the concrete base. ? Demo the counter and all drawers. ? Remove and reinstall existing fixtures as needed.

Attachments

? HQ Hazmat Test Results ? Floor layout

Required Submittals:

? Project Schedule ? Site Plan ? Abatement Work Plan ? AQMD OSHA Notifications (if needed) ? Inspection Reports

2117CP-009-03S3 HQ 7TH & 8TH FLOOR - BREAKROOM REPAIRS $121,158.15
2117CP-010-01B1 OSD- Central Lower Yard Trailer 4A and 4B Supplemental $56,488.01
2117CP-011-01B1 HQ Ancillary Glass Replacement $672,686.67
2117CP-012-01S3 LAC+USC IP KITCHEN DRAINAGE IMPROVEMENT PROJECT $7,798.94
2117CP-013-01B1 Whiteman Airport Vista HVAC Replacement $248,315.78

Vista terminal building HVAC system replacement per plans.

2117CP-013-03S1 Whiteman Airport Vista HVAC Replacement $19,137.30
2117CP-015-01S1 Cogswell Dam - DO and ADO Reroof - Supplemental $10,006.35

Additional length of intake vent and ridge vent, add 1/8" wire mesh.

2117CP-016-01S1 Public Works Lomita Building and Safety ADA Improvements Supplemental $16,206.84

Project: Public Works Lomita Building and Safety ADA Improvements Project Address: 24320 Narbonne Avenue City: Lomita Zip: 90717 County Project Manager: Alexander Haston Phone: (626) 458-7366 Brief Description of Work: Perform parking lot, building and safety counter, lobby, and restroom upgrades.

Detail Scope of Work: The work shall include, but not be limited to the following and supplied documents:

Address the following change orders:

? Electrical o Route power to the new fountain o Route power to the LED mirror ? Labor for furniture o Relocate furniture during renovations to designated storage areas. ? Sitework o Install fence to protect job site. o Prepare sand bags for erosion control.

2117CP-016-02S3 Public Works Lomita Building and Safety ADA Improvements Supplemental $34,536.34

Detail Scope of Work: The work shall include, but not be limited to the following and supplied documents:

Address the following change orders due to unforeseen conditions:

? RFI #23 o Install two access panels, provide submittals. ? RFI #25 o Demo receptacle, terminate wiring and flex conduit. ? RFI #27 o Restore flooring in kitchen o Clean/wax newly exposed areas around the ADA counter in the lobby. ? Email 12/7 ? Request for solar controller o Furnish and install solar controller and wiring to tie into the parking irrigation system. ? Tenant Requested change o Cold mill asphalt paving to the end of the driveway. Slurry seal top surface.

2117CP-016-03S2 Public Works Lomita Building and Safety ADA Improvements Supplemental $3,443.76

Detail Scope of Work: The work shall include, but not be limited to the following and supplied documents:

Address the following change orders due to unforeseen conditions:

? RFI #35 o Replace two restroom doors properly prepped for locking hardware.

2117CP-023-01B1 Public Works Headquarters Penthouse Clean Up $8,704.53

Abate and replace drywall. Encapsulate loose hazmat material.

2117CP-025-01B1 HQ Building Automation System Upgrade $165,061.38

HQ Building Automation System UPgrade per SOW

2117CP-026-01S1 Generator Replacement Lower Yard $1,496.00
Total $4,273,432.09
Go to page
Adobe Acrobat Reader is required to view (.pdf) documents.
Click on logo below to download Adobe Acrobat Reader.
Adobe Acrobat
  • lacounty.gov
  • Public Works FAQ
  • Privacy - Terms of Use
  • ADA / Accessibility
  • Feedback
  • Feedback

Translate