maintenance services, with no change to the term of the Agreement; and
b. Approve and authorize the Contracts/Purchasing Officer or Contracts Purchasing Supervisor to
execute up to two (2) additional amendments to extend the Agreement for up to a total maximum term
of five (5) years, with no change to the not to exceed amount, subject to County Counsel approval and
provided the terms of the Agreement remain substantially the same.
Approved
38.
Adopt a resolution to:
Authorize and direct the Auditor-Controller to amend the FY 2022-23 Adopted Budget by increasing
appropriations by $70,000 for Facility Services, Fund 001, Unit 8552, Appropriation Unit PFP054,
financed by a release of $70,000 in the Cannabis Tax Assignment 001-3132, to conduct a feasibility
study for consolidating the Probation Youth Center operations at 970 Circle Drive, Salinas into the
Youth Detention Facility at 1410 Natividad Road, Salinas. (4/5ths vote required).
Adopted
39.
40.
a. Reject all bids for the Carmel River Floodplain Restoration and Environmental Enhancement
(CRFREE) Project - Phase 1, Project No. 7200, REF 140048 and
b. Direct staff to continue the phased approach to CRFREE and readvertise at a later date.
Approved
a. Award Roads & Bridges Job Order Contracts (JOC) 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 $5,402,865 to the
following bidders: 2022-01 A. Teichert & Son, Inc. dba Teichert Construction; 2022-02 Papich
Construction Company, Inc.; 2022-03 Granite Rock Company; 2022-04 Granite Construction
Company; 2022-05 Edwards Construction Group, Inc.; and 2022-06 The Don Chapin Co., Inc.;
b. Award Facilities Job Order Contracts (JOC) 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 $5,402,865 to the
following bidders: 2022-01 R.F. Koerber Inc.; 2022-02 Newton Construction & Management, Inc.;
2022-03 Angeles Contractor, Inc.; and 2022-04 Jacob Construction & Design, Inc.;
c. Approve the Performance and Payment Bonds for Roads & Bridges JOC in the amount of
$5,402,865 each by A. Teichert & Son, Inc. dba Teichert Construction; Papich Construction
Company, Inc.; Granite Rock Company; Granite Construction Company; Edwards Construction
Group, Inc.; and The Don Chapin Co., Inc.;
d. Approve the Performance and Payment Bonds for Facilities JOC in the amount of $2,701,432 each
by R.F. Koerber Inc.; Newton Construction & Management, Inc.; Angeles Contractor, Inc.; and
Jacob Construction & Design, Inc.
e. Authorize the Director of the Department of Public Works, Facilities, & Parks (PWFP) or the
assigned designee to execute the Roads & Bridges and Facilities Job Order Contracts.
f. Ratify the Director of PWFP determination that the bid package from R.F. Koerber Inc. was
responsive upon receipt of the Public Contract Code Section 10232 Statement page which was
confirmed to be a non-material administrative correction.
g. 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 $5,402,865 for the
following bidders: R.F. Koerber Inc.; Newton Construction & Management, Inc.; Angeles Contractor,
Inc.; and Jacob Construction & Design, Inc. in consultation with the Office of the County Counsel.