File #: A 22-175    Name: Award Contract Whitaker Construction Gp River Rd Emergency Repair at Fairview Rd
Type: BoS Agreement Status: Passed
File created: 4/12/2022 In control: Board of Supervisors
On agenda: 4/26/2022 Final action: 4/26/2022
Title: a. Award a contract to Whitaker Construction Group, Inc., the lowest responsible bidder, for the River Road Emergency Repair at Fairview Road, Project No. 7210, in the total amount of $1,521,509; b. Approve the Performance and Payment Bonds executed and provided by Whitaker Construction Group, Inc.; c. Authorize a contingency, not to exceed ten percent (10%) of the contract amount or $152,151, to provide funding for approved contract change orders; d. Authorize the Director of Public Works, Facilities and Parks to execute the contract and, subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed ten percent (10%) of the original contract amount and do not significantly change the scope of work; and e. Authorize the Director of Public Works, Facilities and Parks or the Director's designee to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Direct...
Attachments: 1. Board Report, 2. Attachment A - Contract, Bonds and Insurance, 3. Attachment B - Project Budget, 4. Attachment C - Bid Summary, 5. Attachment D - Location Map, 6. Completed Board Order Item No. 65

Title

a. Award a contract to Whitaker Construction Group, Inc., the lowest responsible bidder, for the River Road Emergency Repair at Fairview Road, Project No. 7210, in the total amount of $1,521,509;

b. Approve the Performance and Payment Bonds executed and provided by Whitaker Construction Group, Inc.;

c. Authorize a contingency, not to exceed ten percent (10%) of the contract amount or $152,151, to provide funding for approved contract change orders;

d. Authorize the Director of Public Works, Facilities and Parks to execute the contract and, subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed ten percent (10%) of the original contract amount and do not significantly change the scope of work; and

e. Authorize the Director of Public Works, Facilities and Parks or the Director’s designee to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director or the Director’s designee determines that the contract is complete in all respects in accordance with the Plans and Special Provisions for the construction of the River Road Emergency Repair at Fairview Road, Project No. 7210.

Report

RECOMMENDATION:

It is recommended that the Board of Supervisors:

a. Award a contract to Whitaker Construction Group, Inc., the lowest responsible bidder, for the River Road Emergency Repair at Fairview Road, Project No. 7210, in the total amount of $1,521,509;

b. Approve the Performance and Payment Bonds executed and provided by Whitaker Construction Group, Inc.;

c. Authorize a contingency, not to exceed ten percent (10%) of the contract amount or $152,151, to provide funding for approved contract change orders;

d. Authorize the Director of Public Works, Facilities and Parks to execute the contract and, subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed ten percent (10%) of the original contract amount and do not significantly change the scope of work; and

e. Authorize the Director of Public Works, Facilities and Parks or the Director’s designee to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director or the Director’s designee determines that the contract is complete in all respects in accordance with the Plans and Special Provisions for the construction of the River Road Emergency Repair at Fairview Road, Project No. 7210.

 

SUMMARY/DISCUSSION:

The River Road Emergency Repair at Fairview Road (Project) is located southwest of the City of Gonzales along River Road at Fairview Road.  The Project consists of installing twin 48” culverts to replace the existing single 60” culvert that failed due to the immense amount of sediment and runoff that washed down the hillside due to the 2021 Winter Storms.  This section of River Road is directly downhill of the 2020 River Fire burn scar.  The Project will also require clearing and grubbing around the inlet and outlet of the culvert, stabilization of the damaged slopes and traffic control consisting of temporary lane closures during work hours to establish safe work zone.  A complete road closure will be necessary to perform a portion of the work and will be limited to a four-week period in the middle of the construction season accompanied with a traffic detour, for each direction, which will also be maintained during nonwork periods.  The adjacent property owners have been informed of the potential road closure and staff and the contractor will work with them.

 

On November 22, 2021, the Board of Supervisors approved the Plans and Special Provisions for the River Road Emergency Repair at Fairview Road, Project No. 7210.  The Project was subsequently advertised, and bids were opened on January 28, 2022.  A total of ten (10) bids were submitted for the project.  The lowest responsible, responsive bidder was Whitaker Construction Group, Inc. with a bid of $1,521,509.  The second bidder was Monterey Peninsula Engineering with a bid amount of $1,573,042.  The third bidder was Granite Rock Company with a bid amount of $1,780,289.

 

In compliance with the California Environmental Quality Act (CEQA), the Monterey County Department of Public Works, Facilities & Parks (PWFP) filed a Notice of Exemption on February 5, 2021.  The Project was determined to be a Declared Emergency pursuant to the California Environmental Quality Act (CEQA) because it is to perform repair and maintenance of existing streets and similar facilities which involves no expansion of an existing use.  (See California Public Resources Code section 21080(b)(3); and California Code of Regulations section 15269(a)).  Caltrans, as the designated lead for the National Environmental Policy Act (NEPA), determined that the Project is categorically excluded from having to prepare an Environmental Assessment (EA) or an Environmental Impact Statement (EIS).  Caltrans approved the NEPA Categorical Exemption/Categorical Exclusion Determination on June 2, 2021.

 

Construction is anticipated to begin in May 2022 and is scheduled to take one hundred forty-five (145) calendar days, with anticipated completion in FY 2022-23.

 

OTHER AGENCY INVOLVEMENT:

The Office of the County Counsel-Risk Management and Auditor-Controller have reviewed and approved the Special Provisions as to form and insurance and indemnification provisions, and fiscal provisions, respectively.

 

FINANCING:

The total estimated Project cost including engineering design, environmental documentation and permitting, right-of-way, and construction is $2,399,103.

 

The Project is 88.53% funded through the Federal Highway (FHWA) Permanent Restoration Program ($2,123,925) and a 11.47% funded through local match Measure X of $275,177.  See Attachment B for further details on the Project budget.  There are currently sufficient appropriations in the amount in the adopted FY 2021-22 Road Fund 002, Appropriation Unit PFP 004 budget to finance the construction phase of the Project.

 

BOARD OF SUPERVISORS STRATEGIC INITIATIVES:

The Project will replace the existing corrugated metal pipe underneath River Road at Fairview Road with two 48” pipes to provide a safe passage of water and debris under River Road and repair the damages from winter storms.  The recommended action supports the following Board of Supervisors’ Strategic Initiative:

 

          Economic Development

          Administration

          Health & Human Services

  X     Infrastructure

  X     Public Safety

 

Prepared by:    Kyle Oyama, Project Manager II, (831) 755-5090

Reviewed by:  Tom Bonigut, PE, Assistant Director of Public Works, Facilities, & Parks

Approved by:  Randell Ishii, MS, PE, TE, PTOE, Director of Public Works, Facilities, & Parks

 

The following attachments are on file with the Clerk of the Board:

Attachment A - Contract, Bonds, and Insurance

Attachment B - Project Budget

Attachment C - Bid Summary

Attachment D - Location Map