File #: 07-1614    Version:
Type: Agenda Item Status: Approved
File created: 9/28/2007 In control: Board of Supervisors
On agenda: 10/23/2007 Final action: 10/23/2007
Title: Transportation Department recommending the following pertaining to the White Rock Road Realignment and Widening Project 72401 (Manchester Drive to Latrobe Drive): 1) Award construction contract to the lowest responsive, responsible bidder; said bidder to be determined after the bid opening scheduled for October 11, 2007; 2) Authorize Chairman to sign said contract with the lowest responsive, responsible bidder, subject to review and approval of the final contract documents by County Counsel and Risk Management; and 3) Authorize the Director of said Department to sign change orders for necessary items of work identified in the supplemental funds summary. 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 White Rock Road Project through the prepayment of El Dorado Hills Traffic Impact Mitigation (TIM) fees. A bond was issued and a...
Attachments: 1. Supplemental Work #72401.PDF, 2. Final Awards letter.pdf, 3. List of Bids rcvd 10-22-07.pdf
Title
Transportation Department recommending the following pertaining to the White Rock Road Realignment and Widening Project 72401 (Manchester Drive to Latrobe Drive):
1) Award construction contract to the lowest responsive, responsible bidder; said bidder to be determined after the bid opening scheduled for October 11, 2007;
2) Authorize Chairman to sign said contract with the lowest responsive, responsible bidder, subject to review and approval of the final contract documents by County Counsel and Risk Management; and
3) Authorize the Director of said Department to sign change orders for necessary items of work identified in the supplemental funds summary.
 
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 White Rock Road Project through the prepayment of El Dorado Hills Traffic Impact Mitigation (TIM) fees.  A bond was issued and a portion of the proceeds were used to prepay $23 million in El Dorado Hills TIM fees.  These prepaid fees are held in a segregated fund and will be utilized to fund the Latrobe Road and White Rock Road improvements, which include this project.
 
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$ 4,760,000
 
 
 
     Funding
 
 
          Budgeted
$    4,760,000
 
          New Funding
$
 
          Savings
$
 
          Other
$
 
     Total Funding Available
$    4,760,000
 
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 $ 5,360,000, which includes an estimated bid of $4,760,000: a base cost of $4,240,000, supplemental items at $87,000 and contingency of $433,000.  Construction management and material testing, which will not be a part of the subject bid, add an additional $600,000 to the project cost.
 
Funding for all costs associated with this project have been advanced by the Developer of the West Valley View project through prepayment of impact fees.  
 
There is no net cost to the County General Fund associated with this agenda item.
 
Reason for Recommendation:
On September 11, 2007 your Board approved the Specifications and authorized advertisement for construction bids for the White Rock Road Realignment and Widening, Manchester Drive to Latrobe Drive Project.  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 for the installation of improvements to widen and realign White Rock Road to four lanes from Manchester Drive to Latrobe Road.
 
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, October 11, 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 October 23, 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:  Russell Nygaard X3550
 
Concurrences: