Title
a. Award Traffic Striping and Signage Job Order Contracts (JOC) for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and a maximum contract value of $2,000,000 to the following bidders: TSS 2024-01 Cato’s General Engineering; TSS 2024-02 CHRISP Company;
b. Award Roads & Bridges Job Order Contracts (JOC) for a term of 1 year from date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,023,368 to the following bidders: R&B 2024-01 Granite Rock Company; R&B 2024-02 Papich Construction Company, Inc.; R&B 2024-03 Cato’s General Engineering; R&B 2024-04 A. Teichert & Son, Inc. dba Teichert Construction; R&B 2024-05 Granite Construction Company; and R&B 2024-06 Coastal Paving & Excavating, Inc.;
c. Award Emergency Repair Work Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,023,368 to the following bidders: ERW 2024-01 Granite Rock Company; ERW 2024-02 Papich Construction Company, Inc.; and ERW 2024-03 A. Teichert & Son, Inc. dba Teichert Construction;
d. Award Facilities Job Order Contracts for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,023,368 to the following bidders: FAC 2024-01 Angeles Contractor, Inc.; FAC 2024-02 Staples Construction Company Inc.; FAC 2024-03 Newton Construction & Management, Inc.; and FAC 2024-04 R.F. Koerber Inc.;
e. Approve the Performance and Payment Bonds for Traffic Striping and Signage JOC in the amount of $2,000,000 each by Cato’s General Engineering and CHRISP Company;
f. Approve the Performance and Payment Bonds for Roads & Bridges JOC in the amount of $6,023,368 each by Granite Rock Company; Papich Construction Company, Inc.; Cato’s General Engineering; A. Teichert & Son, Inc. dba Teichert Construction; Granite Construction Company; and Coastal Paving & Excavating, Inc.;
g. Approve the Performance and Payment Bonds for Emergency Repair Work JOC in the amount of $6,023,368 each by Granite Rock Company; Papich Construction Company, Inc.; and A. Teichert & Son, Inc. dba Teichert Construction;
h. Approve the Performance and Payment Bonds for Facilities JOC in the amount of $3,011,684 each by Angeles Contractor, Inc.; Staples Construction Company Inc.; Newton Construction & Management, Inc.; and R.F. Koerber Inc.;
i. Authorize the Director of the Department of Public Works, Facilities and Parks (PWFP) or the assigned designee to execute the Traffic Striping and Signage, Roads & Bridges, Emergency Repair Work, and Facilities Job Order Contracts;
j. Ratify the Director of PWFP determination that the bid packages from CHRISP Company and Coastal Paving & Excavating, Inc. were responsive upon receipt of Addendum Nos. 1 & 2 which was confirmed to be non-material administrative corrections;
k. Authorize the Director of PWFP or the assigned designee to approve future increases to Facilities JOC Performance and Payment Bonds up to the maximum contract value of $6,023,368 for the following bidders: Angeles Contractor, Inc.; Staples Construction Company Inc.; Newton Construction & Management, Inc.; and R.F. Koerber Inc. in consultation with the Office of the County Counsel.
Report
RECOMMENDATION:
It is recommended that the Board of Supervisors approve the following items:
a. Award the following JOC Traffic Striping and Signage Contracts to the lowest responsible and responsive bidders for a term of one (1) year from date signed by County with a minimum contract value of $25,000 and maximum contract value of $2,000,000:
i. JOC Traffic Striping and Signage 2024-01 Contract to Cato’s General Engineering, with a bid award criteria figure of 1.0772
ii. JOC Traffic Striping and Signage 2024-02 Contract to CHRISP Company, with a bid award criteria figure of 1.2240
b. Award the following JOC Roads & Bridges Contracts to the lowest responsible and responsive bidders for a term of one (1) year from date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,023,368:
i. JOC Roads & Bridges 2024-01 Contract to Granite Rock Company, with a bid award criteria figure of 1.1080
ii. JOC Roads & Bridges 2024-02 Contract to Papich Construction Company, Inc., with a bid award criteria figure of 1.1060.
iii. JOC Roads & Bridges 2024-03 Contract to Cato’s General Engineering, with a bid award criteria figure of 1.1000
iv. JOC Roads & Bridges 2024-04 Contract to A. Teichert & Son, Inc. dba Teichert Construction, with a bid award criteria figure of 1.1120
v. JOC Roads & Bridges 2024-05 Contract to Granite Construction Company, with a bid award criteria figure of 1.1195
vi. JOC Roads & Bridges 2022-06 Contract to Coastal Paving & Excavating, Inc. with a bid award criteria figure of 1.1220
c. Award the following JOC Emergency Repair Work contracts to the lowest responsible and responsive bidders for a term of 1 year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,023,368:
i. JOC Emergency Repair Work 2024-01 Contract to Granite Rock Company, with a bid award criteria figure of 1.0000
ii. JOC Emergency Repair Work 2024-02 Contract to Papich Construction Company, Inc., with a bid award criteria figure of 1.2000
iii. JOC Emergency Repair Work 2024-03 Contract to A. Teichert & Son, Inc. dba Teichert Construction, with a bid award criteria figure of 1.0560
d. Award the following JOC Facilities contracts to the lowest responsible and responsive bidders for a term of one (1) year from the date signed by County with a minimum contract value of $25,000 and maximum contract value of $6,023,368:
i. JOC Facilities 2024-01 Contract to Angeles Contractor, Inc., with a bid award criteria figure of 1.0950
ii. JOC Facilities 2024-02 Contract to Staples Construction Company Inc., with a bid award criteria figure of 1.0989
iii. JOC Facilities 2024-03 Contract to Newton Construction & Management, Inc., with a bid award criteria figure of 1.1095
iv. JOC Facilities 2024-04 Contract to R.F. Koerber Inc., with a bid award criteria figure of 1.1130
d. Approve the following Performance and Payment Bonds for Traffic Striping and Signage JOC in the amount of $2,000,000:
i. Performance and Payment Bonds executed and provided by Cato’s General Engineering
ii. Performance and Payment Bonds executed and provided by CHRISP Company
e. Approve the following Performance and Payment Bonds for Roads & Bridges JOC in the amount of $6,023,368:
i. Performance and Payment Bonds executed and provided by Granite Rock Company
ii. Performance and Payment Bonds executed and provided by Papich Construction Company, Inc.
iii. Performance and Payment Bonds executed and provided by Cato’s General Engineering,
iv. Performance and Payment Bonds executed and provided by A. Teichert & Son, Inc. dba Teichert Construction
v. Performance and Payment Bonds executed and provided by Granite Construction Company
vi. Performance and Payment Bonds executed and provided by Coastal Paving & Excavating, Inc.
f. Approve the following Performance and Payment Bonds for Emergency Repair Work JOC in the amount of $6,023,368:
i. Performance and Payment Bonds executed and provided by Granite Rock Company
ii. Performance and Payment Bonds executed and provided by Papich Construction Company, Inc.
iii. Performance and Payment Bonds executed and provided by A. Teichert & Son, Inc. dba Teichert Construction
g. Approve the following Performance and Payment Bonds for Facilities JOC in the amount of $3,011,684:
i. Performance and Payment Bonds executed and provided by Angeles Contractor, Inc.
ii. Performance and Payment Bonds executed and provided by Staples Construction Company Inc.
iii. Performance and Payment Bonds executed and provided by Newton Construction & Management, Inc.
iv. Performance and Payment Bonds executed and provided by R.F. Koerber Inc.
h. Authorize the Director of PWFP or assigned designee to execute JOC 2024 Contracts: JOC Traffic Striping and Signage 2024-01 with Cato’s General Engineering; JOC Traffic Striping and Signage 2024-02 with CHRISP Company; JOC Roads & Bridges 2024-01 with Granite Rock Company; JOC Roads & Bridges 2024-02 with Papich Construction Company, Inc.; JOC Roads & Bridges 2024-03 with Cato’s General Engineering; JOC Roads & Bridges 2024-04 with A. Teichert & Son, Inc. dba Teichert Construction; JOC Roads & Bridges 2024-05 with Granite Construction Company; JOC Roads & Bridges 2024-06 Coastal Paving & Excavating, Inc.; JOC Emergency Repair Work 2024-01 with Granite Rock Company; JOC Emergency Repair Work 2024-02 with Papich Construction Company, Inc.; and JOC Emergency Repair Work 2024-03 with A. Teichert & Son, Inc. dba Teichert Construction; JOC Facilities 2024-01 with Angeles Contractor, Inc.; JOC Facilities 2024-02 with Staples Construction Company Inc.; JOC Facilities 2024-03 with Newton Construction & Management, Inc.; JOC Facilities 2024-04 with R.F. Koerber Inc.;
i. Ratify the Director of PWFP determination that the bid packages from CHRISP Company and Coastal Paving & Excavating, Inc. were responsive upon receipt of Addendum Nos. 1 & 2 which was confirmed to be a non-material administrative correction;
j. Authorize the Director of PWFP or the assigned designee to approve future increases to Facilities JOC Performance and Payment Bonds up to the maximum contract value of $6,023,368 for the following bidders: Angeles Contractor, Inc; Staples Construction Company Inc.; Newton Construction & Management, Inc.; and R.F. Koerber Inc. in consultation with the Office of the County Counsel.
SUMMARY:
On July 16, 2024, the Board adopted the Monterey County 2024 JOC Construction Task Catalogs and Project Specifications for the JOC 2024 Contracts (2024 JOC Program), authorized advertising for bids, and supported the lowest bid price as the basis of award. The JOC 2024 Bid Openings occurred on August 29, 2024 and August 30, 2024 during which a total of 2 bids were received for Traffic Striping and Signage, 8 bids were received for Roads & Bridges, 4 bids were received for Emergency Repair Work a total of 6 bids were received for Facilities, (see Attachment A). In 2023, three Emergency Repair Work projects were added to the annual JOC Program to meet PWFP’s need for large-scale emergency response such as that needed during the 2023 Winter Storm events. In 2024, PWFP - Public Works added two additional Traffic Striping and Signage contracts to implement the FY 2024/25 Capital Improvement Program paving projects.
Per the process set forth by the JOC 2024 Project Specifications, bids are evaluated by the Award Criteria Figure. Contractors presenting responsive and responsible bids with the lowest Award Criteria Figure will be awarded the contract.
The recommended action approves the award of (2) Traffic Striping and Signage JOC 2024 Contracts, (6) Roads & Bridges JOC 2024 Contracts, (3) Emergency Repair Work JOC 2024 Contracts, (4) Facilities JOC 2024 Contracts and associated Performance and Payment Bonds provided by the respective contractors. In addition, this action will authorize the Director of PWFP or the assigned designee to approve, in accord with the Office of County Counsel, future increases to Facilities JOC Performance and Payment Bonds up to the maximum contract value of $6,023,368. This recommendation reflects the (2) lowest responsible and responsive bids for Traffic Striping and Signage Contracts, the (6) lowest responsible and responsive bids for the Roads & Bridges Contracts, the (3) lowest responsible and responsive bids for the Emergency Repair Work Contracts, and the (4) lowest responsible and responsive bids for the Facilities Contracts. The JOC 2024 Contracts are for a term of (1) year from the date signed by the County.
DISCUSSION:
On July 16, 2024, the Board adopted the Monterey County 2024 JOC Construction Task Catalogs and Project Specifications for the 2024 JOC Program, authorized advertising for bids, and support of lowest bid price as the basis of award.
PWFP followed the notification procedures outlined in the JOC Project Specifications for Traffic Striping and Signage, Roads & Bridges, Emergency Repair Work, and Facilities. The JOC 2024 Projects were duly advertised.
The JOC 2024 Bid Openings occurred on August 29, 2024 and August 30, 2024 in the Board of Supervisors Chambers. Representatives from the Office of the County Counsel and the County Administrative Office Contracts/Purchasing Division were present, reviewed the bid packages submitted to verify completeness and announced the Award Criteria Figure for each bid.
Of the 2 bids submitted for Traffic Striping and Signage, both were submitted by contractors that have main offices outside the Monterey Bay Area (Monterey, San Benito, Santa Cruz Counties). Of the 8 bids submitted for Roads & Bridges, 3 bids were submitted by contractors that have main offices within the Monterey Bay Area. Of the 6 bids submitted for Facilities, 1 bid was submitted by a contractor that has a main office within the Monterey Bay Area. Of the 4 bids submitted for Emergency Repair Work, 1 bid was submitted by a contractor that has a main office within the Monterey Bay Area. Bid tabulations are shown in Attachment A.
In accordance with California Public Contract Code section 20128.5 and the JOC 2024 Project Specifications, contractors presenting responsive and responsible bids with the lowest Award Criteria Figure will be awarded the contract. Responsive and responsible bids are selected based on a review of the Award Criteria Figure as well as a review of the bid package for completeness to ensure the required certifications and documents set forth in the Project Specifications have been included. The Award Criteria Figure is a formula based on the adjustment factors applied to the Gordian’s Monterey County 2024 JOC Construction Task Catalog unit prices. The adjustment factors will vary depending upon the location of the work (north county or south county, general facilities, or detention facilities), and the time at which the work will be performed (normal working hours or other than normal working hours, see Attachment Q).
The lowest responsive and responsible bidders for JOC 2024, determined by the Award Criteria Figures are listed in Attachment A. Proposed Traffic Striping and Signage agreements are provided in Attachments B and C. Proposed Roads & Bridges agreements are provided in Attachments D through I. Proposed Emergency Repair Work agreements are provided in Attachments J through L. Proposed Facilities agreements are provided in Attachments M through P. All Associated performance and payment bonds are provided in the agreement attachments listed above.
As a standard business practice, bidders are given twenty-four (24) hours to provide non-material, administrative corrections to their bid packet. Two bidders, CHRISP Company and Coastal Paving & Excavating, Inc., omitted Addendum Nos. 1 & 2 acknowledgements. Both bidders provided the missing documents within 24 hours from notification and were determined responsive after receipt, which were confirmed to be non-material administrative corrections.
Local Preference
On July 16, 2024, the Board approved and adopted lowest bid solicitations as the preferred process for the 2024 JOC awards. Staff will encourage the awarded prime JOC contractors, to first subcontract to local vendors/subcontractors.
In addition, as part of the bid package all prospective bidders are required to submit a “Certification of Good Faith Effort to Employ Monterey Bay Area Residents” including Monterey County, Santa Cruz County and San Benito County in compliance with Monterey County Code Section 5.08.120. Prospective bidders are also required to certify that at the time of the bid, Contractor has a staffed office located within the Monterey Bay Area. Local staffing helps facilitate project responsiveness and outreach to local Subcontractors for individual job orders. The Subcontractor Report indicates that the JOC Contractors from the previous award have been performing approximately 89% of their work with local Subcontractors. This percentage is an increase from last year’s 70%. When local vendors are not available to perform work due to scheduling or capacity issues, Contractors may utilize other subcontractors from outside the Monterey Bay Area. In addition, any subcontractors located in San Luis Obispo County are not considered “local” per the current policy but are in practice local to the south County area.
For Facilities’ Bids, the Board approved the successful bidders to furnish an initial payment bond and a performance bond for approximately Fifty Percent (50%) of the Maximum Contract Value, each in the amount of $3,011,684. If the aggregate Job Orders issued under the awarded contract exceeds $3,011,684 an increase in the Payment and Performance Bonds will be required in an amount not less than One Hundred Percent (100%) of the Maximum Contract Value ($6,023,368). At no time may the sum of the issued Job Orders exceed the amount of the Payment and Performance Bonds. The successful bidders were required to provide a letter from the bonding company stating their ability to obtain Payment and Performance Bonds for the Maximum Contract Value. The initial bonding requirement for Traffic Striping and Signage, Roads & Bridges, and Emergency Response Work Contracts remained set at One Hundred Percent (100%) of the Maximum Contract Value.
PWFP has operated within the framework set forth in the JOC 2024 Project Specifications for Contractor selection and requests Board of Supervisors approval to authorize the Director of PWFP or designee to execute the 15 Contracts with the lowest responsible and responsive bidders for JOC Traffic Striping and Signage 2024, JOC Roads & Bridges 2024, JOC Emergency Repair Work 2024, JOC Facilities 2024, approve the corresponding Performance and Payment Bonds, and approve, in accord with the Office of County Counsel, future increases to Facilities JOC Performance and Payment Bonds up to the maximum contract value of $6,023,368.
OTHER AGENCY INVOLVEMENT:
PWFP coordinated preparation of the JOC Project Specifications, including the standard contract language with the Office of the County Counsel-Risk Management and the Auditor-Controller’s Office. The Office of the County Counsel and County Administrative Office’s Contracts/Purchasing Division attended the bid opening and reviewed all bids for conformance with applicable regulations. PWFP reviewed the bids for responsiveness. The Office of the County Counsel-Risk Management and the Auditor-Controller’s Office have reviewed and approved the contract documents as to form, insurance and fiscal provisions, respectively.
FINANCING:
If approved, the individual Contracts recommended for award of 2 - 2024 JOC Traffic Striping and Signage Contracts, 6 - 2024 JOC Roads and Bridges Contracts, 3 - 2024 JOC Emergency Repair Work Contracts, 4 - 2024 JOC Facilities Contracts would provide for a total of 15 individual Job Order Contracts, with a cap of up to $6,023,368 per contract ($2,000,000 for Traffic Striping and Signage), for a cumulative total of $82,303,784 under the 2024 JOC Program. Expenditures will be within and not exceed the Fiscal Year (FY) 2024-25 Adopted Budgets. Funding for JOC projects, including applicable The Gordian Group (Gordian) fees, is contained within the adopted FY 2024-25 budget allocations for various funds; , Fund 404 - Facilities Master Plan Projects, Fund 002 - Road Fund, the respective County Service Area or County Sanitation District Fund, and the individual department authorizing the project. A five percent (5%) License Fee to utilize the JOC Program is payable to Gordian only if and when a Job Order is issued to a JOC contractor. Also, the County may utilize optional JOC Project Management services, as needed, for an additional 5.95% fee. Gordian fees are contained in the overall eligible project budgets.
BOARD OF SUPERVISORS STRATEGIC INITIATIVES:
The JOC Program helps with providing efficient and effective government operations by allowing improved processing for smaller and more urgent projects. The County has multiple documents to help identify and address critical infrastructure needs (Pavement Management Plan, Americans with Disabilities Act [ADA] Transition Plan, Facility Asset Report, Municipal Climate Action Plan, etc.). Taking these documents into account, a Five-Year Capital Improvement Program is adopted each year to efficiently allocate resources for projects with budgets over $100,000 to help sustain the infrastructure. The JOC Program projects include improvements to health and safety facilities. Provision of adequate County facilities and infrastructure improves the quality of life for County residents and supports economic development results.
Related Board of Supervisors Strategic Initiatives include:
X Economic Development
X Administration
X Health & Human Services
X Infrastructure
X Public Safety
Prepared by: John Snively, Administrative Operations Manager, (831) 759-6617
Reviewed by: Florence Kabwasa-Green, Interim Chief of Facilities
Lindsay Lerable, Assistant Director of Public Works, Facilities and Parks.
Approved by: Randell Ishii, MS, PE, TE, PTOE, Director of Public Works, Facilities and Parks
The following attachments are on file with the Clerk of Board:
Attachment A - Bid Summaries JOC TSS, R&B, ERW, FAC
Attachment B - TSS 2024-01 Cato’s General Engineering
Attachment C - TSS 2024-01 CHRISP Company
Attachment D - R&B 2024-01 Granite Rock Company
Attachment E - R&B 2024-02 Papich Construction Company, Inc.
Attachment F - R&B 2024-03 Cato’s General Engineering.
Attachment G - R&B 2024-04 A. Teichert & Son, Inc. dba Teichert Construction
Attachment H - R&B 2024-05 Granite Construction Company
Attachment I - R&B 2024-06 Coastal Paving & Excavating, Inc.
Attachment J - ERW 2024-01 Granite Rock Company
Attachment K - ERW 2024-02 Papich Construction Company, Inc.
Attachment L - ERW 2024-03 A. Teichert & Son, Inc. dba Teichert Construction
Attachment M - FAC 2024-01 Angeles Contractor, Inc.
Attachment N - FAC 2024-02 Staples Construction Company Inc.
Attachment O - FAC 2024-03 Newton Construction & Management, Inc.
Attachment P - FAC 2024-04 R.F. Koerber, Inc.
Attachment Q - Award Criteria Figure Formula