Title
Department of Transportation recommending the Board approve and authorize the Chair to sign the First Amendment to competitively bid Agreement for Services 5799 with Jacobs Engineering Group, Inc., to provide continued construction support services during the replacement of the Mosquito Road Bridge at South Fork American River Project, Capital Improvement Program number 77123/36105028, with the following:
1) Extend the performance period by 18 months to June 13, 2027;
2) Increase the not-to-exceed amount by $450,000 for a new agreement amount of $5,013,924.26;
3) Update the fee schedule; and
4) Update and add contract language per federal funding requirements.
(Districts 3 & 4)
FUNDING: Highway Bridge Program Funds (99.7%), Regional Surface Transportation Program Advance-Exchange Funds (0.2%), and Sacramento Municipal Utility District Funds (0.1%). (Federal, State, and Local Funds)
Body
DISCUSSION / BACKGROUND
The Mosquito Road Bridge at South Fork American River - Bridge Replacement Project (Project) is replacing the existing Mosquito Road Bridge with a segmental cast in place box girder bridge over the South Fork American River on Mosquito Road. The Project includes the construction of temporary access; the foundation construction of cast-in-drilled-hole (CIDH) concrete piles, optional micropiles, sub-structure, and super-structure bridge work; the construction of tie back, soil nail, soldier pile, and reinforced concrete retaining walls; and grading, paving, and drainage system improvements for the re-aligned approach roadway.
On March 23, 2021, at the request of Transportation, the Procurement and Contracts Division of the Chief Administrative Office issued a Request for Proposals (RFP) for construction support services on the Project. Transportation evaluated the need for services based on specialty services required for building a balanced cantilever segmental bridge. A panel evaluated and ranked the proposals based on the thoroughness, clarity, and quality of the material presented with emphasis on understanding scope and the building of this type of bridge, past performance and related experience, expertise, project approach, and familiarity of federal processes. The panel also conducted interviews with all three (3) proposers. The top-ranked proposer was determined to be Jacobs Engineering Group, Inc. (Jacobs) and the Board awarded the RFP to Jacobs on August 10, 2021 (Legistar file 21-1180). On December 14, 2021 (Legistar file 21-1377), the Board approved Agreement for Services 5799 (Agreement) with Jacobs.
The First Amendment (Amendment) to the Agreement will extend the performance period an additional 18 months to June 13, 2027. The anticipated Project construction completion date is beyond the original planned completion date. The Amendment will allow Jacobs to continue construction support services and assist Transportation with the Project through completion and closeout.
The proposed revision to Exhibit C, Cost Estimate, will rearrange existing funds within the Agreement to provide additional funds for contingency services that are deemed reasonably necessary to complete the Project. No new scope is being added. The Amendment will increase the not-to-exceed amount by $450,000 for a new not-to-exceed amount of $5,013,924.26.
Contract language allows for adjustment of the rates when the Agreement is amended and per Code of Federal Regulations (CFR) 23 CFR 172.11, Indirect Cost Rates (ICR) shall be updated on an annual basis. Jacobs’ ICR was 109.34% in 2020 and is now 99.35%. Their employee rates have increased an average of 3.6% over a four-year period (this is an average of all employee rates). The California Department of Transportation (Caltrans) has reviewed the Consultant’s ICR and has found the ICR acceptable. Transportation has compared Jacobs’ employee rates to similar consultants and found that their new employee fee schedule is comparable to those consultants.
The Amendment includes updating contract language per Caltrans federal funding requirements. Caltrans Exhibit 10-R, A&E Boilerplate Agreement Language, was updated in May 2023, and Caltrans requires that agreements be updated to the most current boilerplate when possible. This is due to current CFR financial reporting requirements and these minor modifications did not significantly change the intent of the Agreement or County administrative processes.
The following articles have been updated:
ARTICLE I, Scope of Work;
ARTICLE II, Compensation for Services;
ARTICLE IV, Performance Period (Term);
ARTICLE V, Allowable Costs and Payments; and
The following articles have been added:
ARTICLE LXIV, Title VI Assurances;
ARTICLE LXV, Rebates, Kickbacks, or Other Unlawful Consideration; and
ARTICLE LXVI, Electronic Signature.
ALTERNATIVES
The Board could direct Transportation to make changes to the Amendment and return to the Board at a later date. However, Transportation's ability to continue the Project could be jeopardized.
PRIOR BOARD ACTION
See Discussion / Background section.
OTHER DEPARTMENT / AGENCY INVOLVEMENT
County Counsel and Risk Management have approved the Amendment.
CAO RECOMMENDATION / COMMENTS
Approve as recommended.
FINANCIAL IMPACT
There is no change to net County cost resulting from approval of the Amendment. Funding for the Amendment is included in Transportation’s 2025 Capital Improvement Program, which was approved by the Board on July 15, 2025, Legistar file 25-0504.
CLERK OF THE BOARD FOLLOW UP ACTIONS
1) The Clerk of the Board will obtain the Chair’s signature on one (1) original of the Amendment.
2) The Clerk of the Board will forward one (1) fully executed copy of the Amendment to the Chief Administrative Office, Contracts and Procurement Unit, for further processing.
STRATEGIC PLAN COMPONENT
Priority: N/A
Action Item: N/A
CONTACT
Rafael Martinez, Director
Department of Transportation