File #: A 14-047    Name:
Type: BoS Agreement Status: Passed
File created: 4/18/2014 In control: Board of Supervisors
On agenda: 4/22/2014 Final action: 4/22/2014
Title: Board of Supervisors acting as the Board of Directors for County Service Area No. 75, Chualar a. Award a contract to The Don Chapin Company, Inc., the lowest responsible and responsive bidder for the Chualar Sanitary Sewer Rehabilitation, Project No. 093-45, in the total amount of $59,900.00; b. Approve the Performance and Payment Bonds executed and provided by The Don Chapin Company, Inc.; c. Authorize a contingency (not to exceed 10 percent of the contract amount) to provide funding for approved contract change orders; d. Authorize the Director of Public Works to execute the contract and, subject to the terms of the Public Contract Code, approve contract change orders that do not significantly change the scope of work; and e. Authorize the Director of Public Works to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when he determines that the contract is com-plete in all respects in accordance with the Plans and Special Provisions ...
Attachments: 1. Project Budget, 2. Bid Summary, 3. Agrmt Between CSA 75 and Don Chapin Co. Inc., 4. Performance Bond Prjt 093-45, 5. Payment Bond Prjt 093-45, 6. Location Map, 7. Completed Board Order, 8. Fully Executed Agreement between County of Monterey and The Don Chapin Company, Inc.
Title
Board of Supervisors acting as the Board of Directors for County Service Area No. 75, Chualar
a.  Award a contract to The Don Chapin Company, Inc., the lowest responsible and responsive bidder for the  Chualar Sanitary Sewer Rehabilitation, Project No. 093-45, in the total amount of $59,900.00;
b. Approve the Performance and Payment Bonds executed and provided by The Don Chapin Company, Inc.;
c. Authorize a contingency (not to exceed 10 percent of the contract amount) to provide funding for approved contract change orders;
d. Authorize the Director of Public Works to execute the contract and, subject to the terms of the Public Contract Code, approve contract change orders that do not significantly change the scope of work; and
e. Authorize the Director of Public Works to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when he determines that the contract is com-plete in all respects in accordance with the Plans and Special Provisions for the Chualar Sanitary Sewer Rehabilitation, Project No. 093-45, performed by The Don Chapin Company, Inc.
 
Report
RECOMMENDATION:
It is recommended that the Board of Supervisors acting as the Board of Directors for County Service Area No. 75, Chualar
 
a.  Award a contract to The Don Chapin Company, Inc., the lowest responsible and responsive bidder for the  Chualar Sanitary Sewer Rehabilitation, Project No. 093-45, in the total amount of $59,900.00;
b. Approve the Performance and Payment Bonds executed and provided by The Don Chapin Company, Inc.;
c. Authorize a contingency (not to exceed 10 percent of the contract amount) to provide funding for approved contract change orders;
d. Authorize the Director of Public Works to execute the contract and, subject to the terms of the Public Contract Code, approve contract change orders that do not significantly change the scope of work; and
e. Authorize the Director of Public Works to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when he determines that the contract is com-plete in all respects in accordance with the Plans and Special Provisions for the Chualar Sanitary Sewer Rehabilitation, Project No. 093-45, performed by The Don Chapin Company, Inc.
 
SUMMARY/DISCUSSION:
On March 25, 2014, the Board of Supervisors adopted Plans and Special Provisions for the Chualar Sanitary Sewer Rehabilitation; Project No. 093-45 (Project).  The Project for the Base Bid, in general, consists of:  replacement of valves in discharge and interconnect pipelines at the wastewater treatment facilities, as well as replacement of the wet well cover and installation of Owner-supplied generator at the pump station.  The Engineer's Estimate for the base bid is $80,000.  Additive Alternate #1 consists of the removal of 4 each existing discharge valves.  The Project was advertised and bids were opened on April 14, 2014.  The lowest responsible bidder is The Don Chapin Company, Inc. with a bid, inclusive of base bid and additive alternate #1 elements, in the amount of $59,900.  Project construction is scheduled to begin in May, with completion anticipated by June 2014.
 
Once the contract is complete in all respects in accordance with the Plans and Special Provisions, the Director of Public Works will execute a Certification of Completion for the construction of the Project and execute and record the Notice of Completion with the County Recorder's office.
The Project involves performing replacement of the existing sanitary sewer facilities with substantially the same purpose and capacity and therefore the Project has been determined to be categorically exempt from the California Environmental Quality Act per CCR Section 15302.
 
OTHER AGENCY INVOLVEMENT:
The Office of the County Counsel and Contracts/Purchasing attended the bid opening and reviewed the low bid for conformance with applicable regulations.  The Office of the County Counsel, Auditor-Controller, and Risk Management have reviewed and approved the contract documents as to form, fiscal terms, and insurance provisions, respectively.  Due to the late submission of this Board Report, the CAO Budget and Analysis Division was not provided adequate time to fully review for potential fiscal, organizational policy, or other implications to the County of Monterey.
 
FINANCING:
There is no impact to the General Fund.  In November 2012, the County of Monterey received notification of Urban County Status for entitlement purposes by the U. S. Department of Housing and Urban Development (HUD) for participation in the Community Block Grant Program for Fiscal Years (FY) 2013-2015.  On March 19, 2013, the Board was presented with a list of recommended project allocations of which this project was included with a funding request of $200,000.  Sufficient funds have been appropriated in FY 2013-14 within the Economic Development Department Fund 013-1070-8200 for this project, as well as in the FY 2014-15 Baseline Budget Request for the project costs anticipated to be completed in FY 2014-15.  The project amounts identified above in the Summary discussion are sufficient to cover all the estimated costs for the recommended project scope, including design, construction, and project management.
 
Prepared by:  Dirk J. Medema, P.E., (831) 784-5647
 
Approved by:
 
 
__________________________________________
Robert K. Murdoch, P.E., Director of Public Works
 
Approved by:
 
 
_________________________________________
Benny J. Young, RMA Director
 
Dated:  April 18, 2014
 
Attachments:  Project Budget; Bid Summary; Contract Agreement & Performance and Payment Bonds; Location Map (Attachments on file with the Clerk of the Board)