File #: 08-0540    Version:
Type: Agenda Item Status: Approved
File created: 4/9/2008 In control: Board of Supervisors
On agenda: 6/17/2008 Final action: 6/17/2008
Title: Transportation Department recommending award of Construction Contract for the Angora 3 Erosion Control Project, Contract No. 95160, to the lowest responsive, responsible bidder; Chairman be authorized to sign the Contract, subject to review and approval of the final Contract Documents by County Counsel and Risk Management; and, authorize the Director of Transportation to execute Contract Change Orders with an individual value up to $116,574, provided the cumulative total of all change orders is within the contingency budget established for this project. FUNDING: California Tahoe Conservancy Grant Funds and Tahoe Regional Planning Agency Water Quality Mitigation Funds.
Attachments: 1. SignedAwardofBidLetter.pdf, 2. Angora Erosion Control Project Att'd 6-16-08.pdf
Title
Transportation Department recommending award of Construction Contract for the Angora 3 Erosion Control Project, Contract No. 95160, to the lowest responsive, responsible bidder; Chairman be authorized to sign the Contract, subject to review and approval of the final Contract Documents by County Counsel and Risk Management; and, authorize the Director of Transportation to execute Contract Change Orders with an individual value up to $116,574, provided the cumulative total of all change orders is within the contingency budget established for this project.
 
FUNDING:  California Tahoe Conservancy Grant Funds and Tahoe Regional Planning Agency Water Quality Mitigation Funds.
 
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$2,875,713.00
 
 
 
     Funding
 
 
          Budgeted*
$2,875,713.00
 
          New Funding
$
 
          Savings
$
 
          Other
$
 
     Total Funding Available
$2,875,713.00
 
Change To Net County Cost
 
$0.00
* This amount is broken down as follows:
 
Engineer's Construction Cost Estimate
$2,081,483.00
Construction Contingency
$   289,230.00
Construction Engineering and Administration
$   505,000.00
Total
                       $2,875,713.00
 
The budget for this project is included in the proposed FY 08-09 budget and the 2008 adopted Five-Year Capital Improvement Program under project numbers 95160 and 95164.  Due to funding constraints, this project was split into two phases (Angora 3A - 95160 and Angora 3B - 95164).  Some of the improvements originally planned for the Angora 3A project were constructed in 2007 under the Angora Fire Emergency Rehabilitation Projects.  Because the remaining Angora 3A project was smaller in scope and with the receipt of a recent grant augmentation, the Angora 3B project was combined with the remaining Angora 3A project, which will be constructed during the 2008 construction season under one Construction Contract (project number 95160).
 
Fiscal Impact/Change to Net County Cost:
There is no Net County Cost.  Funding for the Angora 3 Erosion Control Project (Project) will be provided by the California Tahoe Conservancy and the Tahoe Regional Planning Agency.
 
Background:
On May 20, 2008, the Board approved the Angora 3 Erosion Control Project's (Project) Plans and Specifications and authorized the Department to advertise for construction bids, with the bid opening scheduled for June 13, 2008.
 
Reason for Recommendation:
The Department is scheduled to open bids for this Project on Friday, June 13, 2008.  The Department will inform the Board via hardcopy letter to identify the lowest responsive, responsible bidder for the Project.
 
The Project area is located in eastern El Dorado County, in the Tahoe Basin.  The Project area is located within an existing residential development bounded to the north by Lake Tahoe Boulevard and portions of View Circle, to the northwest by the parcels west of Mt. Rainier Drive and Pyramid Circle, to the south by North Upper Truckee Road, and to the east by parcels east of Mountain Meadow Drive.  Other streets in the Project area include Dixie Mountain Drive, the southern portion of Lake Tahoe Boulevard, Mt. Shasta Circle, Mt. Diablo Circle, Mt. Olympia Circle, Snow Mountain Drive, and Pyramid Court.  The Project area includes portions of Mountain View Estates Unit Nos. 1, 2, 3, 4, and 5.  The Project area is within the area of the Angora Fire of 2007.
 
Due to the large size and cost of constructing the Project, the area has been subdivided into two bid schedules (Schedule 1 and Schedule 2).  The Project will be bid as a Base Bid (Schedule 1) and Additive Alternate Bid (Schedule 2) under a single contract.
 
A.      Base Bid (Schedule 1) consists of construction of erosion control improvements including tree removal, curb and gutter with tie-in pavement, sediment traps, drainage inlets, culverts, rock-lined channels, grass-lined swales, sod salvage and transplant, porous pavement, sediment basins, and bio-retention areas, humus, mulch, and tackifier applications.  These improvements are proposed for construction on the following streets: the westerly portions of Pyramid Circle and Mt. Rainier Drive, Lake Tahoe Boulevard at Mt. Rainier Drive, the westerly portion of Mt. Shasta Circle, and Mt. Diablo Circle.
 
B.       Additive Alternate Bid (Schedule 2) consists of construction of erosion control improvements including tree removal, curb and gutter with tie-in pavement, sediment traps, drainage inlets, culverts, rock-lined channels, grass-lined swales, sod salvage and transplant, sediment basins, and bio-retention areas, humus, mulch, and tackifier applications.  These improvements are proposed for construction on the following streets: Pyramid Circle, Mt. Shasta Circle, Mt. Diablo Circle, North Upper Truckee Road, Portions of Lake Tahoe Boulevard, Dixie Mountain Drive, and Mountain Meadow Drive.
 
Request for Additional Contract Change Order Authority:
 
Public Contract Code Section 20142 allows a Board of Supervisors to authorize the County Engineer or other county officer to order changes in the work of a public contract. This ability to delegate is capped at $150,000. The Board of Supervisors, by Resolution 106-93, has utilized this provision and delegated to the Directors of Transportation, Environmental Management and General Services, and the Chief Administrative Officer, change order authority not to exceed $50,000.
 
Given the importance of the subject Contract and the exposure to the County should work be delayed due to a needed change, it is requested the change order limit for this Contract be increased to $116,574, which is consistent with the limits set in the Public Contract Code. This authority is requested provided the cumulative cost of all change orders is maintained within the contingency budget established for the Project.  This requested amount will be adjusted after the bids are opened and will be included in the hardcopy letter to the Board identifying the lowest responsive, responsible bidder for the Project.
 
Action to be taken following Board approval:
1.      The Department will forward the approved Construction Contract to the lowest responsive, responsible bidder (Contractor) for its signature.
2.      Upon receipt of the Construction Contract from Contractor, 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 to Contractor and will issue a Notice to Proceed.
 
 
Contact:
Richard W. Shepard, P.E.
Director of Transportation
 
Concurrences: