File #: 24-1496    Version: 1
Type: Agenda Item Status: Approved
File created: 8/13/2024 In control: Board of Supervisors
On agenda: 9/10/2024 Final action: 9/10/2024
Title: Department of Transportation recommending the Board take the following actions pertaining to the Cosumnes Mine Road and Bridge Fire Damage Repair Project, Capital Improvement Program project number 36102028, Contract 7450: 1) Award the Construction Contract to Bridgeway Civil Constructors, Inc. who is the lowest responsive, responsible bidder; 2) Approve and authorize the Chair to sign the Construction Contract in the amount of $511,790, subject to review and approval by County Counsel and Risk Management; and 3) Authorize the Director of Transportation to sign an Escrow Agreement, if requested by the Contractor and in accordance with Public Contract Code Section 22300, for the purpose of holding Contract retention funds. (District 2) FUNDING: FEMA - Federal Disaster Funding (83%), Cal OES - State Disaster Funding (9%) General Fund Disaster Set-Aside (8%).
Attachments: 1. A-Bid Summary
Related files: 24-0529, 24-1182

Title

Department of Transportation recommending the Board take the following actions pertaining to the Cosumnes Mine Road and Bridge Fire Damage Repair Project, Capital Improvement Program project number 36102028, Contract 7450:

1) Award the Construction Contract to Bridgeway Civil Constructors, Inc. who is the lowest responsive, responsible bidder;

2) Approve and authorize the Chair to sign the Construction Contract in the amount of $511,790, subject to review and approval by County Counsel and Risk Management; and

3) Authorize the Director of Transportation to sign an Escrow Agreement, if requested by the Contractor and in accordance with Public Contract Code Section 22300, for the purpose of holding Contract retention funds. (District 2)

 

FUNDING:  FEMA - Federal Disaster Funding (83%), Cal OES - State Disaster Funding (9%) General Fund Disaster Set-Aside (8%).

Body

DISCUSSION / BACKGROUND

The Cosumnes Mine Road Bridge Fire Damage Repair Project (Project) includes replacement of the timber decking on the existing bridge and guardrail components on Cosumnes Mine Road. Damage caused by the Caldor Fire necessitates these repairs.

 

This project is federally funded; therefore, compliance with both the California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA) is required.  A CEQA Notice of Exemption has been recorded.  The NEPA clearance was provided as part of the FEMA (Federal Emergency Management Agency) Site Inspection Report when the Project was approved.  

 

No environmental permits or right of way is needed for this Project. 

 

The Contract Documents include all required federal provisions and incorporate the current Caltrans Disadvantaged Business Enterprise (DBE) requirements. The DBE goal is 8%.

 

Authorization for construction funding has been received for this Project.  The Project was approved for advertisement by the Board on June 11, 2024 (Legistar File 24-1182).

 

Award and Sign Construction Contract with the Lowest Responsive, Responsible Bidder:

On Wednesday, August 21, 2024 at 2:00 p.m., Department of Transportation (Transportation) opened bids for the Project. Seven (7) bids were received ranging from $511,790.00 to $967,250.00.

 

Transportation issued the All Bidders Letter on September 3, 2024, notifying the bidders of the recommendation to the Board for award of the Contract to Bridgeway Civil Constructors, Inc. (Contractor) and initiating the bid protest period. The bid protest period ended on Thursday, September 5, 2024, with no protests filed.

 

Authorize the Director of Transportation (Director) to Sign the Escrow Agreement:

Pursuant to Section 9-1.16F(1), "Retentions" of the Contract Documents, Transportation will retain five percent (5%) of the value of work done from each contractor payment (excluding mobilization payments) as security for the fulfillment of the Contract. Alternatively, Public Contract Code (PCC) Section 22300 provides that the Contractor may request that payment of retentions held be made directly to an escrow agent. The Contractor will receive the interest earned on the investment.

 

In accordance with these provisions, the Contractor may request in writing that the County make payment of retention funds directly into an escrow account, which would necessitate an escrow agreement. To help expedite this process, if requested by the Contractor, Transportation requests that the Board authorize the Director to execute the Escrow Agreement. Upon satisfactory completion of portions of the Contract and upon written notification from the Director, the Contractor will receive incremental releases from the Escrow Agent paid into the account and any interest earned thereon. A portion of the retention and interest will be retained in the escrow account until thirty-five (35) days after the recordation of the Notice of Acceptance of the Contract, at which time, upon written notification, these funds will be released to the Contractor.

 

Contract Change Orders (CCOs):

In any contract there is a need to be able to make changes and the CCO process facilitates the ability to make necessary changes when needed within a contract.

 

Supplemental CCOs

Certain types of work are necessary to complete the Project which cannot be estimated accurately because they require a variable effort to complete. These items are referred to as supplemental items and are identified in the Contract Documents as CCO work to be performed and paid for on a time and material basis using California Department of Transportation (Caltrans) standard force account billing procedures. The work is authorized by issuance of a CCO, which also encumbers the funds anticipated for each of the planned supplemental items of work and is billed against as the work progresses. The amount of each CCO is based on an evaluation by Transportation staff of the Project components, area, and time frame. Supplemental items in this contract also include costs associated with additional construction management needs such as public outreach and coordination and for any additional hazardous material compliance due to the fire damage. Total supplemental funds set aside for the project is $100,000. Because this work is anticipated and budgeted for separately, supplemental CCOs are not included in the 10% cap normally associated with contingency CCOs.

 

Contingency CCOs:

With construction contracts, there is an expectation that unanticipated changes will be encountered once construction begins. To prepare for this, a 10% contingency budget is set aside. PCC Section 20142 and Resolution 102-2012 authorize the Director to execute individual CCOs, the maximum value of which is based on the original contract amount. This authority is also for a cumulative total of contingency CCOs not to exceed 10% of the original Contract value.

 

ALTERNATIVES

1) The Board could choose not to award the Contract and direct Transportation to re-advertise for construction bids.

2) The Board could choose to cancel the Project.

 

PRIOR BOARD ACTION

April 9, 2024, Legistar File24-0529, Board of Supervisors approved the temporary closure of Cosumnes Mine Road until the repairs are completed.

On June 11, 2024, Legistar File 24-1182, the Board approved advertisement for the Project.

 

OTHER DEPARTMENT / AGENCY INVOLVEMENT

County Counsel and Risk Management

 

CAO RECOMMENDATION / COMMENTS

Approve as recommended.

 

FINANCIAL IMPACT

The total estimated cost for Project construction is $828,969.00, which includes construction items of work, supplemental items of work, construction management, environmental monitoring, inspection, materials testing, and contingencies.

 

CLERK OF THE BOARD FOLLOW UP ACTIONS

1) Upon approval by County Counsel and Risk Management, Department of Transportation will forward two (2) originals of the Construction Contract No. 7450, together with the required bonds and insurance, and the approved Contract Routing Sheet to the Clerk for the Chair's signature.

2) The Clerk will forward one (1) fully executed Construction Contract to Department of Transportation, attention Jen Rimoldi, Office Engineer Group, for further processing.

 

STRATEGIC PLAN COMPONENT

N/A

 

CONTACT

Rafael Martinez, Director

Department of Transportation