File #: 07-775    Version: 1
Type: Agenda Item Status: Approved
File created: 5/2/2007 In control: Board of Supervisors
On agenda: 5/22/2007 Final action: 5/22/2007
Title: Transportation Department recommending the following pertaining to the Latrobe Road Widening, Highway 50 to White Rock Road, Project 72402: (1) Award the Construction Contract to the lowest responsive, responsible bidder to be determined from bids submitted May 10, 2007; (2) Authorize the Chairman to sign said Contract Agreement; and (3) Authorize the Director of said Department to sign change orders for necessary items of work identified in the supplemental funds summary. RECOMMENDED ACTION: Approve. FUNDING: The provisions of the Funding, Credit and Reimbursement Agreement between West Valley, LLC and the County of El Dorado require that the developer of West Valley advance fund the construction of the Latrobe Road Project through the prepayment of El Dorado Hills TIM fees. A bond was issued and a portion of the proceeds were used to prepay $23 million in El Dorado Hills Traffic Impact Mitigation fees; said prepaid fees are held in a segregated fund and will be utilized to f...
Attachments: 1. 72402 Supplemental Items.pdf, 2. Board Letter for Latrobe Road Widening Project 72402.pdf
Title
Transportation Department recommending the following pertaining to the Latrobe Road Widening, Highway 50 to White Rock Road, Project 72402:
(1)  Award the Construction Contract to the lowest responsive, responsible bidder  to be determined from bids submitted May 10, 2007;
(2)  Authorize the Chairman to sign said Contract Agreement; and
(3)  Authorize the Director of said Department to sign change orders for necessary items of work identified in the supplemental funds summary.
RECOMMENDED ACTION:  Approve.
 
FUNDING: The provisions of the Funding, Credit and Reimbursement Agreement between West Valley, LLC and the County of El Dorado require that the developer of West Valley advance fund the construction of the Latrobe Road Project through the prepayment of El Dorado Hills TIM fees.  A bond was issued and a portion of the proceeds were used to prepay $23 million in El Dorado Hills Traffic Impact Mitigation fees; said prepaid fees are held in a segregated fund and will be utilized to fund these Latrobe Road and White Rock Road improvements.
 
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$3,400,000
 
 
 
     Funding
 
 
          Budgeted
$3,400,000
 
          New Funding
$
 
          Savings
$
 
          Other
$
 
     Total Funding Available
$3,400,000
 
Change To Net County Cost
 
$0
      
Fiscal Impact/Change to Net County Cost:
The cost associated with the construction phase of this project is estimated at $3,400,000, which includes an estimated bid of $2,628,000, supplemental items at $63,000, construction management, survey, and materials testing costs of $440,000, and a contingency budget of $269,000.
All costs associated with this project have been advanced by the Developer of the West Valley View project through prepayment of impact fees.  There are currently sufficient bond proceeds from the Community Facilities District No. 2005-1(Blackstone) being held in a segregated fund for prepayment of fees in an amount in excess of the cost associated with the construction phase of this project.
There is no net cost to the County General Fund associated with this agenda item.
 
 
Reason for Recommendation:  
On March 27, 2007, your Board approved the Plans and Specifications, and authorized the advertisement for construction bids for the Latrobe Road Widening, Highway 50 to White Rock Road.  West Valley Tentative Map (TM99-1359) is located within the Valley View Specific Plan area.  The Developer, West Valley LLC., is required by Condition of Approval #25-a) to provide the Department of Transportation with funding and a bid-ready package for the installation of improvements to widen Latrobe Road to six lanes from White Rock Road to Highway 50 with additional right turn lanes into Town Center East and West.  This is the first of two projects that, taken together, will construct the improvements required in Condition #25-a); the other project (#72401) will complete the realignment of White Rock Road westerly of the Latrobe Road intersection.  
 
As the County is eager to move this project forward in an expeditious manner, this item has been prepared prior to the receipt of the actual project bids, in an effort to comply with Board item processing procedures and to meet the project delivery schedule.  The Department is scheduled to receive sealed bids for this project on Thursday, May 10, 2007 at 2:00 p.m. The Department will open all bids received at that time and read the bids in conformance with contract bidding requirements. The Department will subsequently review the bids and prepare a recommendation regarding award of the Construction Contract to the lowest responsive, responsible bidder and provide the Board with that recommendation via a supplemental staff report on or before the May 22, 2007 Board of Supervisors meeting.
 
The project contract has been prepared in conformance with County and Caltrans bid item payment procedures. In doing so, certain items of work, necessary to complete the project and which require a variable work effort to complete, are identified in the bid package as supplemental items of work to be performed and paid for by change order. These items include additional traffic control, dust control, water pollution control, asbestos dust mitigation plan, and potholing.  The Department requests the Board approve and authorize payment of these items, and authorize the Director of Transportation to sign change orders in amounts not to exceed those shown in the attached supplemental funds summary as necessary to complete the work.
 
Action to be taken following Board approval:
1. The Department will forward the approved Construction Contract to the lowest responsive, responsible bidder for their signature.
2. The Department will return the signed Construction Contract, together with the required bonds, insurance, and County Counsel approval, to the Clerk of the Board for the Board Chairman's signature of the contract.
3. Upon receipt of the fully executed Construction Contract, the Department will issue a Notice to Proceed to the lowest responsive, responsible bidder.
4. The Director of Transportation will sign change orders for necessary items of work identified in the attached supplemental funds summary.
 
 
Contact: Russ Nygaard ext 3551
 
Concurrences: Will be reviewed by both County Counsel and Risk Management