Special Notice / Hearing: None
Vote Required: Majority
To: Honorable Board of Supervisors
From: Ann M. Stillman, Director of Public Works
Subject: 2025 Job Order Contracts for Engineering, Construction, Roads and Utilities [Job Order Contract Nos. JOC-2522, JOC-2523, JOC-2524, and JOC-2525]
RECOMMENDATION:
title
Adopt a resolution:
A) Adopting the construction task catalog, specifications, and conformance with prevailing wage scale requirements for the 2025 Job Order Contracts for Engineering, Construction, Roads, and Utilities; and
B) Authorizing agreements with SBAY Construction, Inc., Granite Rock Company, A. Teichert & Sons, Inc. dba Teichert Construction, and Half Moon Bay Grading and Paving, Inc. for Engineering, Construction, Roads and Utilities, for the term of March 26, 2025 through March 25, 2026, each in an amount not-to-exceed $5,000,000; and
C) Authorizing the Director of Public Works, or designee, to issue Work/Job Orders, execute Change/Revision Orders, and make financial and administrative changes to executed Job Order Contract agreements.
body
BACKGROUND:
On November 19, 2013, this Board adopted Resolution No. 072896, which authorized the Director of Public Works to proceed with preparing plans and specifications, and conformance with prevailing wage scale requirements for Job Order Contracts (JOC), and advertising for bids (streamlined process).
Public Contract Code Section 20128.5 authorizes the Board of Supervisors to award individual annual JOCs for repair, remodeling, or other repetitive work to be done according to unit prices, in an amount not to exceed $3,000,000 (adjusted annually based on changes in the California Consumer Price Index [CPI]). Since the statute was enacted in 1997, the application of the CPI has resulted in a current maximum amount of $6,023,368 for annual JOCs. Contractors bid Adjustment Factors to be applied to the Unit Prices for specific items of work. The price of an individual project is determined by multiplying the preset Unit Prices by the appropriate quantities of work and Adjustment Factors.
The Department of Public Works (Department) provided notice inviting sealed proposals
which was published two times in local newspapers in San Mateo County. Notice was also posted to the Department’s webpage and on various on-line regional Plan Rooms.
On February 13, 2025, a pre-bid meeting was held virtually with five (5) contractors in attendance. On Wednesday, February 26, 2025, at 2:00 p.m., sealed bids were received, accepted, and subsequently referred to the Department for checking and recommendation for JOC-2522, JOC-2523, JOC-2524, and JOC-2525 for Engineering, Construction, Roads, and Utilities. The bid documents call for up to four (4) separate JOCs, and the lowest responsible bidder on one contract is ineligible from consideration for each successive contract. A bid protest from Andreini Bros, Inc. received on March 5, 2025, was determined to be invalid.
DISCUSSION:
The Department has examined the bids received for the subject JOCs and determined the lowest responsible bidders for each JOC as shown on Exhibit A.
The Department will issue individual Job Orders, including a scope of work and a not-to-exceed amount, to the JOC contractors. The not-to-exceed amount for each individual Job Order will vary; however, their cumulative sum will not exceed the maximum amount of the agreement. Any increase above the amount or term of the agreements would be submitted to this Board for consideration.
County Attorney has reviewed and approved the resolution and agreements as to form.
EQUITY IMPACT:
The work included in the JOCs aligns with the Department’s commitment to supporting fair and just inclusion into a community where all can participate, prosper, and reach their full potential in San Mateo County. Through a wide range of advertising including the Department website, various on-line Plan Rooms, and local newspapers, the Department actively strives to engage a diverse group of businesses with the goal of utilizing a larger pool of potential contractors. This is consistent with the County Equity Ordinance in that it helps advance equity through Departmental operations by reducing and eliminating barriers while demonstrating a commitment to social responsibility and ethical procurement practices.
FISCAL IMPACT:
The terms of these agreements are from March 26, 2025, through March 25, 2026. There is no minimum fiscal obligation for each agreement and the maximum fiscal obligation for each agreement is $5,000,000. The total maximum fiscal obligation for all agreements combined is $20,000,000. The JOC is a requirements agreement. The various individual job orders will be funded through previously approved and appropriated projects.
There is no additional impact to the General Fund.
Attachment: Exhibit A - Summary of Bids Received