File #: 07-787    Version: 1
Type: Agenda Item Status: Approved
File created: 5/4/2007 In control: Board of Supervisors
On agenda: 5/22/2007 Final action: 5/22/2007
Title: Transportation Department recommending award of Construction Contract for the Sawmill 1A Bike Path Project, Contract No. 95148, to the lowest responsive, responsible bidder, Burdick Excavation Company, in the amount of $1,213,710.40; and Chairman be authorized to sign Contract with same, subject to review and approval of the final contract documents by County Counsel and Risk Management. RECOMMENDED ACTION: Approve. FUNDING: California Tahoe Conservancy and Tahoe Regional Planning Agency Air Quality Mitigation Funds.
Title
Transportation Department recommending award of Construction Contract for the Sawmill 1A Bike Path Project, Contract No. 95148, to the lowest responsive, responsible bidder, Burdick Excavation Company, in the amount of $1,213,710.40; and Chairman be authorized to sign Contract with same, subject to review and approval of the final contract documents by County Counsel and Risk Management.
RECOMMENDED ACTION:  Approve.
 
FUNDING: California Tahoe Conservancy and Tahoe Regional Planning Agency Air Quality Mitigation Funds.
 
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$ 1,213,710.40
 
 
 
     Funding
 
 
          Budgeted
$ 279,153.00
 
          New Funding
$
 
          Savings
$
 
          Other*    
$ 934,557.40
 
     Total Funding Available
$ 1,213,710.40
 
Change To Net County Cost
 
$ 0.00
*$279,153.000 has been budgeted in the Fiscal Year 06/07 budget and $934,557.40 has been budgeted in the Fiscal Year 07/08 proposed budget.
      
Fiscal Impact/Change to Net County Cost:
Funding for the Project construction in the amount of $1,213,710.40 will come from the California Tahoe Conservancy (CTC) and the Tahoe Regional Planning Agency Air Quality Mitigation Funds.  There is no cost to the County General Fund.
 
Background:
On June 20, 2006, the Board approved the Sawmill 1A Bike Path Project's (Project) Plans and Specifications and authorized the Transportation Department (Department) to advertise for construction bids, with the bid opening scheduled for July 14, 2006.  The Department received no bids and informed your Board that the Department would go out to bid again prior to the 2007 construction season.
 
Reason for Recommendation:
On April 10, 2007, your Board approved the Project's Plans and Specifications and authorized the Department to advertise for construction bids, with the bid opening scheduled for April 27, 2007, however, as part of an addendum, the Department extended the bid opening until May 4, 2007.
 
The Department received 5 bid proposals for the Project as follows:
 
 
CONTRACTOR
TOTAL BID AMOUNT
Burdick Excavation Company
$ 1,213,710.40
V & C Construction, Inc.
$ 1,398,897.75
Don Garcia Excavating & Paving, Inc.
$ 1,451,690.65
Herback General Engineering
$ 1,530,111.09
White Rock Construction, Inc.
$ 1,581,472.70
 
 
After reviewing the bid received from Burdick Excavation Company, the Department determined that the bid was responsive.  There were no irregularities in the bid.  There were some irregularities in the other bids as follows:  Herback General Engineering had an amount of $15,550.20 for Bid Item # 13 but the unit amount multiplied by the unit price equals $15,582.00, therefore; the bid amount for Herback General Engineering is $1,530,143.89.  White Rock Construction, Inc. did not add the amount of Bid Item # 44 to the total bid, therefore; the bid amount for White Rock Construction, Inc. is $1,585,372.70.  The Engineer's construction cost estimate for this Project is $1,351,433.50.  The low bid is $1,213,710.40, which is 10% less than the Engineer's estimate.
 
Action to be taken following Board approval:
Upon approval of the award of the Construction Contract:
 
1.      The Department will forward the approved Construction Contract to Burdick Excavation Company for its signature.
 
2.      Upon receipt from Burdick Excavation Company, the Department will submit the final Contract documents, including the required bonds and insurance, to County Counsel and Risk Management for review and approval.
 
3.      Upon approval by County Counsel and Risk Management, the Department will forward the Construction Contract, together with the required bonds and insurance, and the approved Contract Routing Sheet to the Board Clerk for the Board Chairman's signature on the Construction Contract.
 
4.      Upon receipt of the fully-executed Construction Contract, the Department will forward the approved Contract and issue a Notice to Proceed to Burdick Excavation Company.