File #: 18-0728    Version: 1
Type: Agenda Item Status: Approved
File created: 4/27/2018 In control: Board of Supervisors
On agenda: 6/5/2018 Final action: 6/5/2018
Title: Community Development Services, Department of Transportation, recommending the Board consider the following: 1) Approve and authorize the Chair to sign the Notice of Acceptance with Trinity River Construction, Inc., for the Fort Jim Sinkhole Project, PW 17-31167, CIP 78702, Contract 938; and 2) Approve and authorize the Clerk of the Board to release the Payment and Performance Bonds to the Surety upon notification from the Department of Transportation, after the one-year guarantee period. FUNDING: Local and State discretionary Road funding initially (100%), with Transportation staff working with the Federal Emergency Management Agency and California Office of Emergency Services to obtain reimbursement of up to 93.75% of total project costs. (Local/State/Federal)
Attachments: 1. A - NOA, 2. Recorded Notice of Acceptance
Related files: 17-0300

Title

Community Development Services, Department of Transportation, recommending the Board consider the following:

1) Approve and authorize the Chair to sign the Notice of Acceptance with Trinity River Construction, Inc., for the Fort Jim Sinkhole Project, PW 17-31167, CIP 78702, Contract 938; and

2) Approve and authorize the Clerk of the Board to release the Payment and Performance Bonds to the Surety upon notification from the Department of Transportation, after the one-year guarantee period.

 

FUNDING:  Local and State discretionary Road funding initially (100%), with Transportation staff working with the Federal Emergency Management Agency and California Office of Emergency Services to obtain reimbursement of up to 93.75% of total project costs.  (Local/State/Federal)

Body

DEPARTMENT RECOMMENDATION

Community Development Services (CDS), Department of Transportation (Transportation), recommending the Board consider the following:

1) Approve and authorize the Chair to sign the Notice of Acceptance (NOA) with Trinity River Construction, Inc. (Contractor), for the Fort Jim Sinkhole Project (Project), PW 17-31167, CIP 78702, Contract 938; and

2) Approve and authorize the Clerk of the Board to release the Payment and Performance Bonds to the Surety upon notification from Transportation, after the one-year guarantee period.

 

DISCUSSION / BACKGROUND

The contract for the Project was approved by the Board on September 26, 2017, (Item 35).  The roadway was opened to motorists on January 11, 2018.  Recordation of the NOA will start legal time frames for guarantees, a lien period, and return of retention monies.  Recordation of the NOA will also start the one-year time frame for releasing the Payment and Performance Bonds to the Surety.

 

Direct Construction Cost Summary:

 

Original Bid Price                     $1,126,252.80

Contract Item Cost                     $1,082,806.35

Contract Change Order Cost                     $     66,642.31

Total Direct Construction Cost                     $1,149,448.66

Direct Construction Budget                        $1,384,878.00

 

Major Contract Change Orders on the Project dealt with the following:

                     Placement of 12-inch angular, native rock within the Weber Creek riverbed in lieu of the per plan 6-inch rounded cobble

                     Additional repairs necessary as a result of the March 22, 2018 intense rain events

 

The final costs listed are estimates.  Transportation will be closing out the Project with the Contractor and finalizing costs over the coming weeks.  Any significant deviations from the estimates above that exceed Transportation’s allocated authority will be brought back to the Board for review and approval in a subsequent agenda item.

 

ALTERNATIVES

The Board could choose not to approve the NOA.  Transportation staff would make modifications as directed by the Board and return for Board approval of the NOA.  This would delay the release of the Payment and Performance Bonds and extend the Contractor’s warranty period.

 

OTHER DEPARTMENT / AGENCY INVOLVEMENT

N/A

 

CAO RECOMMENDATION

It is recommended that the Board approve this item.

 

FINANCIAL IMPACT

There is no change to Net County Cost associated with this item.  The Project is budgeted in Transportation’s 2017 CIP, which was approved by the Board on June 27, 2017 (Item 25).  The anticipated direct construction cost is less than the direct construction budget established by the Board.

 

CLERK OF THE BOARD FOLLOW UP ACTIONS

1) The Clerk of the Board will obtain the Chair’s signature on one (1) original of the NOA.

2) The Clerk of the Board will send the fully executed original of the NOA to the Recorder/Clerk’s Office for recordation within ten (10) days, and forward a copy of the recorded NOA to Transportation, Headington Engineering, Attention: John Kahling.

3) One (1) year after the recordation of the NOA, Transportation will verify that all warranty work, if any, has been satisfactorily completed and will notify the Clerk of the Board in writing to release the Payment and Performance Bonds.

 

STRATEGIC PLAN COMPONENT

Infrastructure

 

CONTACT

Rafael Martinez, Director

Community Development Services, Department of Transportation