File #: A 12-163    Name: Award Granite Const. Blackie Rd Safety Imps
Type: BoS Agreement Status: Passed
File created: 8/16/2012 In control: Board of Supervisors
On agenda: 8/28/2012 Final action: 8/28/2012
Title: a. Award a Contract for Public Work to Granite Construction Company, the lowest responsible base bidder, for the Blackie Road Safety Improvements, Project No. 13-140665 & 13-142265, State Project No. EA 05-930075L & EA 05-930155L, Federal Aid Project No. HRRRL-5944(086) & HRRRL-5944(091) in the amount of $1,274,274, and Additive Alternate No. 1 in the amount of $188,883 for a total amount of $1,463,157; b. Approve the Performance and Payment Bonds and accept Rider thereto, executed and provided by Granite Construction Company; c. Authorize a contingency (not to exceed 10 percent of the Contract amount) to provide funding for approved Contract change orders; and d. Authorize the Director of Public Works to execute the Contract, and subject to the terms of the Public Contract Code, approve change orders to the Contract that do not exceed 10 percent of the original Contract amount, and do not significantly alter the scope of work.
Sponsors: Public Works / RMA
Attachments: 1. Project Budget, 2. Bid Summary, 3. Contract for Public Work, Bonds and Rider, 4. Location Map, 5. Completed Board Order
Title
a. Award a Contract for Public Work to Granite Construction Company, the lowest responsible base bidder, for the Blackie Road Safety Improvements, Project No. 13-140665 & 13-142265, State Project No. EA 05-930075L & EA 05-930155L, Federal Aid Project No. HRRRL-5944(086) & HRRRL-5944(091) in the amount of $1,274,274, and Additive Alternate No. 1 in the amount of $188,883 for a total amount of $1,463,157;
b. Approve the Performance and Payment Bonds and accept Rider thereto, executed and provided by Granite Construction Company;
c. Authorize a contingency (not to exceed 10 percent of the Contract amount) to provide funding for approved Contract change orders; and
d. Authorize the Director of Public Works to execute the Contract, and subject to the terms of the Public Contract Code, approve change orders to the Contract that do not exceed 10 percent of the original Contract amount, and do not significantly alter the scope of work.
 
Body
RECOMMENDATIONS:
It is recommended that the Board of Supervisors:
 
a.  Award a Contract for Public Work to Granite Construction Company, the lowest responsible base bidder, for the Blackie Road Safety Improvements, Project No. 13-140665 & 13-142265, State Project No. EA 05-930075L & EA 05-930155L, Federal Aid Project No. HRRRL-5944(086) & HRRRL-5944(091) in the amount of $1,274,274, and Additive Alternate No. 1 in the amount of $188,883 for a total amount of $1,463,157;
 
b.  Approve the Performance and Payment Bonds and accept Rider thereto, executed and provided by Granite Construction Company;
 
c.  Authorize a contingency (not to exceed 10 percent of the Contract amount) to provide funding for approved Contract change orders; and
 
d.  Authorize the Director of Public Works to execute the Contract, and subject to the terms of the Public Contract Code, approve change orders to the Contract that do not exceed 10 percent of the original Contract amount, and do not significantly alter the scope of work.
 
SUMMARY/DISCUSSION:
On June 19, 2012, the Board adopted the Plans and Special Provisions for both Phase 1 and Phase 2 of the Blackie Road Safety Improvements, Project No. 13-140665 & 13-142265, State Project No. EA 05-930075L & EA 05-930155L, Federal Aid Project No. HRRRL-5944(086) & HRRRL-5944(091) (Project).  The Project was advertised and bids were opened on July 17, 2012.  The lowest responsible base bidder was Granite Construction Company in the amount of $1,274,274.  An additive alternate bid was also submitted in the amount of $188,883, resulting in a total award of $1,463,157.  The Engineer's Estimate was $1,272,350 for the base bid and $158,859 for the additive alternate for a total of $1,431,209.  Project construction is estimated to begin in fall 2012.
 
The Project consists of roadway widening, existing pavement reconstruction, storm drain construction and centerline rumble strip pavement delineation.  Project limits are from 0.5 mile east of Moro Terrace to Borromeo Drive, approximately 1.35 miles.
 
A Mitigated Negative Declaration (MND) was prepared for the Project pursuant to the requirements of the California Environmental Quality Act.  The MND was circulated for public review for 30 days from May 1, 2008 to May 30, 2008.
 
On January 5, 2010, a public meeting was held at the Full Gospel Church of Las Lomas, 29 Willow Road, Las Lomas, with the North County Coastal Land Use Advisory Committee.  The Project was approved by said Committee.
 
On January 6, 2010, a public meeting was also held with the North County Non-Coastal Land Use Advisory Committee at Prunedale Library, 17822 Moro Road, Prunedale.  The Project was approved by said Committee.
 
On April 28, 2010, the Project and the MND were presented to the Monterey County Planning Commission (MCPC) for approval.  Prior to approval, a public hearing was held.  MCPC adopted the MND, approved the Combined Development Permit, and adopted the Mitigation Monitoring and Reporting plan (PLN080273, Resolution No.10-009).  A Notice of Determination was filed with the County Clerk on the same day.
 
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.  County Counsel, Auditor-Controller, and Risk Management approved the Contract, Bonds and Rider 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 financial impact to the General Fund.  Total estimated project cost, including project management, engineering, and construction, is $2,776,120.  The Project is funded by High Risk Rural Road (HRRR) Funds under the Federal Aid program for $1,800,000, Regional Surface Transportation Program (RSTP) Funds of $599,833, Traffic Impact Fees of $2,535 and Proposition 1B Funds of $373,752.
 
On June 26, 2012, the Board adopted the FY 2012-13 Public Works Work Program (Work Program) which did not include the full amount of the recommended award.  The adopted Work Program for the Project was estimated at $1,629,586, which is $359,155 short of the forecasted FY 2012-13 Work Program.  Resource Management Agency - Public Works will be returning to the Board to modify its FY 2012-13 Work Program to reflect this and other needed changes.
 
Prepared by: Jonathan L. Pascua, P.E., Interim Senior Civil Engineer, (831) 755-8963
 
Approved by:
 
_______________________________________________
Paul H. Greenway, P.E., Acting Director of Public Works
 
Approved by:
 
________________________________
Benny J. Young, RMA Director
 
Dated:  August 17, 2012
 
Attachments:  Project Budget; Bid Summary; Contract for Public Work, Bonds and Rider; Location Map