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 General Construction, Mechanical Works (HVAC), Roofing, Flooring, Plumbing, Electrical and Lighting, Painting, and Hazardous Materials [Job Order Contract Nos. JOC-2501 through JOC-2521]
RECOMMENDATION:
title
Adopt a resolution:
A) Adopting the construction task catalog, specifications, and conformance with prevailing wage scale requirements for 2025 Job Order Contracts for General Construction; Mechanical Works (HVAC); Roofing; Flooring; Plumbing; Electrical and Lighting; Painting; and Hazardous Materials; and
B) Authorizing agreements with Sbay Construction, Inc., Olympos Construction, Inc., Prime Painting Contractors, Inc., Angeles Contractor, Inc., and Rodan Builders, Inc. for General Construction; Bayside Mechanical, Inc., Mesa Energy Systems and ACCO Engineered Systems for Mechanical Works (HVAC); Best Contracting Services, Inc. and Angeles Contractor, Inc. for Roofing Contracting Services; Pro Spectra Contract Flooring for Flooring Contracting Services; Angeles Contractor, Inc. and Ray Scheidts, Inc. for Electrical and Lighting Contracting Services; and Olympos Construction, Inc. and AG Painting Services for Painting Contracting for the term of January 30, 2025 through January 29, 2026 in an amount not to exceed $5,000,000 each for General Construction and Mechanical Works (HVAC); $2,000,000 each for Roofing, Flooring, and Electrical and Lighting; and $1,000,000 each for Painting with a total maximum fiscal obligation for all agreements combined is $52,000,000; 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 that are 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 and on the County’s eProcurement system. Notice was also posted to various regional online Plan Rooms.
On December 10, 2024, a mandatory pre-bid meeting was held in-person with 34 contractors in attendance. On Tuesday, January 7, 2025, bids were electronically received and subsequently reviewed for recommendation for JOC 2501 through JOC 2505 for General Construction; JOC 2506 through JOC 2508 for Mechanical Works (HVAC); JOC 2509 and JOC 2510 for Roofing; JOC 2511 and JOC 2512 for Flooring; JOC 2513 and JOC 2514 for Plumbing; JOC 2515 and JOC 2516 for Electrical and Lighting Contracting Services; JOC 2517 and JOC 2518 for Painting; and JOC 2519 through JOC 2521 for Hazardous Materials. Within each of the eight individual categories, eligible licensed contractors were able to bid on any of the JOCs by submitting a single proposal. The bid documents call for up to five JOCs for General Construction (JOCs 2501-2505), three for Mechanical Works (HVAC) (JOCs 2506-2508), two for Roofing Services (JOCs 2509-2510), two for Flooring Services (JOCs 2511-2512), two for Plumbing Services (JOCs 2513-2514), two for Electrical and Lighting Services (JOCs 2515-2516), two for Painting Services (JOCs 2517-2518), and three for Hazardous Materials Services (JOCs 2519-2521). The lowest responsive and responsible bidder on one contract category is ineligible for the other successive contracts within that same category.
The Department received six bids for General Construction; three for Mechanical Works (HVAC); three bids for Roofing; one bid for Flooring; two bids for Electrical and Lighting; and five bids for Painting; and No bids were received for Plumbing and Hazardous Materials.
DISCUSSION:
The Department has examined the bids received for the subject JOCs and determined the lowest responsible bidders for each JOC category as shown in 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, the cumulative sum will not exceed the maximum amount of the agreement. Any increase above the not-to-exceed 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, the County’s e-procurement system, 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 January 30, 2025 through January 29, 2026. The total maximum fiscal obligation is $5,000,000 each for General Construction and Mechanical Works (HVAC), $2,000,000 each for Roofing Contracting Services, Flooring Contracting Services, and Electrical and Lighting Contracting Services and $1,000,000 each for Painting Services with a total maximum fiscal obligation for all agreements combined is $52,000,000. The JOC is a requirements agreement. The various individual job orders will be funded through previously approved and appropriated projects within the FY 2024-25 and FY 2025-26 Adopted Budgets. There is no additional impact to the General Fund.