Special Notice / Hearing: None__
Vote Required: Majority
To: Honorable Board of Supervisors
From: Ann M. Stillman, Director of Public Works
Subject: 2026 Job Order Contracts for General Construction, Mechanical Works (HVAC), Roofing, Flooring, Plumbing, Electrical and Lighting, Painting, and Hazardous Materials [Job Order Contract Nos. JOC-2601 through JOC-2621]
RECOMMENDATION:
title
Adopt a resolution:
A) Adopting the construction task catalog, specifications, and conformance with prevailing wage scale requirements for 2026 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., Rodan Builders, Inc., Angeles Contractor, Inc., Olympos Construction, Inc., and Air Systems Service and Construction for General Construction; Air Systems Service and Construction, Mesa Energy Systems, Inc., and Bayside Mechanical, Inc. for Mechanical Works (HVAC); Best Contracting Services, Inc. and RK Roofing & Construction, Inc. for Roofing Contracting Services; PUB Construction, Inc. for Flooring Contracting Services; Air Systems Service and Construction for Plumbing Contracting Services; Atlas/Pellizzari Electric, Inc. and Ray Scheidts Electric, Inc. for Electrical and Lighting Contracting Services; PUB Construction, Inc. and Olympos Construction, Inc. for Painting Contracting Services; and Asbestos Management Group of CA, Inc. for Hazardous Materials Contracting Services for the term of January 27, 2026 through January 26, 2027 in an amount not to exceed $6,000,000 each for General Construction, $5,000,000 each for Mechanical Works (HVAC); $3,000,000 each for Hazardous Materials; $2,000,000 each for Roofing, Flooring, Plumbing, and Electrical and Lighting; and $1,000,000 each for Painting with a total maximum fiscal obligation for all agreements combined of $62,000,000; and
C) Authorize 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 $6,210,093 for annual JOCs. Contractor bid adjustment factors are 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 and on the County’s eProcurement system. Notice was also posted on the Department’s webpage and to various regional on-line Plan Rooms.
The bid documents call for up to five JOCs for General Construction (JOCs 2601-2605), three for Mechanical Works (HVAC) (JOCs 2606-2608), two for Roofing Services (JOCs 2609-2610), two for Flooring Services (JOCs 2611-2612), two for Plumbing Services (JOCs 2613-2614), two for Electrical and Lighting Services (JOCs 2615-2616), two for Painting Services (JOCs 2617-2618), and three for Hazardous Materials Services (JOCs 2619-2621). The lowest responsive and responsible bidder on one contract category is ineligible for the other successive contracts within that same category.
On November 5, 2025, a mandatory pre-bid meeting was held in-person with 47 contractors in attendance. On Wednesday, December 10, 2025, bids were electronically received and subsequently reviewed for recommendation for JOC 2601 through JOC 2605 for General Construction; JOC 2606 through JOC 2608 for Mechanical Works (HVAC); JOC 2609 and JOC 2610 for Roofing; JOC 2611 and JOC 2612 for Flooring; JOC 2613 and JOC 2614 for Plumbing; JOC 2615 and JOC 2616 for Electrical and Lighting Contracting Services; JOC 2617 and JOC 2618 for Painting; and JOC 2619 through JOC 2621 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 Department received eleven bids for General Construction; five for Mechanical Works (HVAC); two bids for Roofing; one bid for Flooring; one bid for Plumbing; four bids for Electrical and Lighting; four bids for Painting; and one bid for 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.
COMMUNITY 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 range of businesses with the goal of utilizing a larger pool of potential contractors.
FISCAL IMPACT:
The terms of these agreements are from January 27, 2026 through January 26, 2027. The total maximum fiscal obligation is $6,000,000 each for General Construction, $5,000,000 each for Mechanical Works (HVAC), $3,000,000 each for Hazardous Materials, $2,000,000 each for Roofing Contracting Services, Flooring Contracting Services, Plumbing 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 of $62,000,000. The JOC is a requirements agreement. The various individual job orders will be funded through previously approved and appropriated projects within the FY 2025-26 and FY 2026-27 Adopted Budgets.
There is no additional impact to the General Fund.