Skip to main content
File #: 25-1107   
On agenda: 10/21/2025 Final action: 10/21/2025
Enactment date: Enactment #:
Recommended Action(s)
1. Adopt specifications for Contract Nos. 25-07-J, 25-08-J, and 25-09-J Class A (General Engineering) Job Order Contracts; and award said contracts to the bidders with the lowest three bids as listed in Attachment A, with the total for each contract not to exceed $6,210,000; and 2. Adopt specifications for Contract Nos. 25-J-02, 25-J-03, 25-J-04, and 25-J-05 Class B (General Building) Job Order Contracts; and award said contracts to the bidders with the lowest four bids as listed in Attachment B, with the total for each contract not to exceed $6,210,000.
Attachments: 1. Agenda Item, 2. Attachment A - Class A Bid Results, 3. Attachment B - Class B Bid Results, 4. Attachment C - Anticipated Projects

DATE:                     October 21, 2025

 

TO:                     Board of Supervisors

 

SUBMITTED BY:                     Steven E. White, Director

                     Department of Public Works and Planning

 

SUBJECT:                     Award Class A and Class B Job Order Contracts

 

RECOMMENDED ACTION(S):

TITLE

1.                     Adopt specifications for Contract Nos. 25-07-J, 25-08-J, and 25-09-J Class A (General Engineering) Job Order Contracts; and award said contracts to the bidders with the lowest three bids as listed in Attachment A, with the total for each contract not to exceed $6,210,000; and

 

2.                     Adopt specifications for Contract Nos. 25-J-02, 25-J-03, 25-J-04, and 25-J-05 Class B (General Building) Job Order Contracts; and award said contracts to the bidders with the lowest four bids as listed in Attachment B, with the total for each contract not to exceed $6,210,000.

REPORT

Approval of the recommended actions would allow construction services for small to medium sized repair, remodel and maintenance projects to be provided on an on-call basis through Job Order Contract (JOC) pursuant to Public Contract Code section 20128.5. The projects are related to requests from County departments and will be funded with the departments’ adopted budget appropriations. This item is countywide.

 

ALTERNATIVE ACTION(S):

 

Your Board may elect not to approve some or all of the recommended actions, in which case, the Department of Public Works and Planning (Department) will be required to spend additional staff time and resources to prepare County department projects for construction that could have been accomplished with greater expediency and efficiency using JOC.

 

FISCAL IMPACT:

 

There is no increase in Net County Cost associated with the recommended actions. Funding for work performed under the JOC will be on a per-job basis as requested by County departments in accordance with their budgeted appropriations. Funds for the work covered by the Class A (General Engineering) JOC will come primarily from Road Fund 0010. Sufficient appropriations and estimated revenues for Class A JOC are included in the Department of Public Works and Planning - Roads Org 4510 FY 2025-26 Adopted Budget. Additionally, the Class A JOC may be used and funded through other divisions and/or departments that require construction services such as parking lot maintenance and repair.

 

Funding for the work covered by the Class B (General Building) JOC will come from various sources as the Department’s Capital Projects Division provides services to the Department and to other County departments as requested. Allocations for budgeted projects are included in various Departmental - Capital Projects Orgs for FY 2025-26 Adopted Budget.

 

DISCUSSION:

 

A JOC is an indefinite work order quantity contract pursuant to which the awarded contractor will perform an ongoing series of individual projects at different locations throughout the County during the 12-month period. The bid document for the JOC includes a Construction Task Catalog containing detailed construction tasks with preset unit prices. All unit prices are based on local labor, prevailing wages, material and equipment prices, and are for the direct cost of construction. Each contractor’s bid includes adjustment factors to the established unit prices based on various funding sources, facility types, and/or normal and non-normal working hours.

 

Since 2015, the Department has issued annual solicitations for JOC to facilitate construction services for various road maintenance and capital improvement projects. On September 17, 2025, the Department advertised three Class A (General Engineering) and four Class B (General Building) JOC contracts. This number of contracts is recommended for award based upon anticipated needs in the next 12 months. Multiple JOC for each licensure type will allow the Department flexibility to respond to urgent County department project requests while being less reliant on any particular contractor’s availability.

 

The total amount for each Class A and Class B contract is $6,210,000. There is no minimum value guaranteed in the JOC. A list of projects to be performed using JOC is included as Attachment C.

 

A bid opening was held on October 9, 2025. The bidders and their respective Award Criteria Figures are shown below:

 

Class A                     Award Criteria Figure

Walsh Montgomery Construction, Inc                     1.0856

Avison Construction, Inc.                      1.1040

Yarbs Grading and Paving, Inc.                      1.1080

Granite Construction Company                      1.1195

A. Teichert & Son, Inc. dba Teichert Construction                      1.1389

Terra West Construction Incorporated                      1.1950

 

Class B                      Award Criteria Figure

Rakkar Development and Construction                      1.1331

Durham Construction Company, Inc.                      1.1397

Ardent General, Inc.                      1.1408

Marvulli, Inc.                      1.1470

Simile Construction Service Inc                      1.1511

EMCOR / Mesa Energy Systems                      1.1626

Heritage General                      1.1631

Newton Construction                      1.2515

 

Technical specifications and the Construction Task Catalog were prepared by the Department’s consultant, Gordian Group, and were reviewed by Department staff. Boilerplate specifications describing various County administrative and contractual requirements were prepared by Department staff.

 

ATTACHMENTS INCLUDED AND/OR ON FILE:

 

Attachment A - Class A Bid Results

Attachment B - Class B Bid Results

Attachment C - Anticipated Projects

 

CAO ANALYST:

 

Maria Valencia