Title
a. Award a contract to Papich Construction Company, Inc., the lowest responsible bidder for the Robinson Canyon Road Scour Countermeasures Project No. 3851, in the amount of $2,575,000.
b. Approve the Performance and Payment Bonds executed and provided by Papich Construction Company, Inc.
c. Authorize a contingency, not to exceed ten percent (10%) of the contract amount or $257,500, to provide funding for approved contract change orders.
d. Authorize the Director of Public Works, Facilities and Parks to execute the contract subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed 10% of the original contract amount ($257,500), do not significantly change the scope of work, and which do not exceed the maximum not to exceed contract amount of $2,832,500, including the 10% contingency; and
e. Authorize the Director of Public Works, Facilities and Parks to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director determines that the contract is complete in all respects in accordance with the Plans and Special Provisions for the construction of the Robinson Canyon Road Scour Countermeasures Project, Project No. 3851.
Report
RECOMMENDATION:
It is recommended that the Board of Supervisors:
a. Award a contract to Papich Construction Company, Inc., the lowest responsible bidder for the Robinson Canyon Road Scour Countermeasures Project, Project No. 3851, in the amount of $2,575,000.
b. Approve the Performance and Payment Bonds executed and provided by Papich Construction Company, Inc.
c. Authorize a contingency, not to exceed ten percent (10%) of the contract amount or $257,500, to provide funding for approved contract change orders.
d. Authorize the Director of Public Works, Facilities and Parks to execute the contract subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed 10% of the original contract amount ($257,500), do not significantly change the scope of work, and which do not exceed the maximum not to exceed contract amount of $2,832,500, including the 10% contingency; and
e. Authorize the Director of Public Works, Facilities and Parks to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director determines that the contract is complete in all respects in accordance with the Plans and Special Provisions for the construction of the Robinson Canyon Road Scour Countermeasures Project, Project No. 3851.
SUMMARY/DISCUSSION:
The County of Monterey (County) Public Works, Facilities & Parks Department (PWFP) proposes to perform scour repairs on the existing Robinson Canyon Road Bridge (Bridge No. 44C0117) (Project) over the Carmel River, in the unincorporated area of the County, that meets current American Association of State Highway and Transportation Officials (AASHTO) requirements. The scour repairs consist of placing an Articulated Concrete Block Mat (ACB), also known as a cellular concrete mattress, along the north side of Abutment 1 (south abutment) and tied into the proposed rock slope protection (RSP) at the south side of Pier 2. To address erosion and scour at Pier 2 and Pier 3, RSP would be placed around Pier 2 and Pier 3 and backfilled with a one-foot-thick layer of native soil.
In compliance with the California Environmental Quality Act (CEQA), PWFP filed an Initial Study and Mitigated Negative Declaration (IS/MND) with the State Clearinghouse, Sacramento, California (SCH#2108021013) on May 21, 2018. Also, Caltrans, as the designated lead agency 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 July 3, 2018.
On August 22, 2023, the Board of Supervisors adopted the Plans and Special Provisions for the Robinson Canyon Road Scour Countermeasures Project. The project was subsequently advertised, and bids were received and opened on October 11, 2023. Two (2) bids were received. The lowest responsible, responsive bidder was Papich Construction Company, Inc. in the amount of $2,575,000, which is 9.1% under the Engineer’s Estimate of $2.3 million. The second lowest bidder was Granite Rock Company in the amount of $2,655,888. Construction is expected to begin in January 2024.
OTHER AGENCY INVOLVEMENT:
The Office of the County Counsel-Risk Management and the Auditor-Controller’s Office have reviewed and approved the proposed contracts as to form, insurance and indemnification provisions and fiscal terms, respectively.
FINANCING:
The total estimated project cost, including engineering, construction management, and construction is $4.79 million. The Road Fund 002, Appropriation Unit PWFP004 adopted budget for fiscal year 2023-24 has sufficient appropriations to support the construction of this Project. The County has secured Federal Highway Administration (FHWA) funds. The Project is partially funded (88.53%) by the FHWA Highway Bridge Replacement and Rehabilitation (HBRR) Program. Additional funds are provided by the HBRR Toll Credit (11.47%) and Measure X.
The Project Budget includes $4.79 million in appropriations to fund the construction of this Project. Construction cost, including construction management, is estimated at $4.79 million. There are sufficient appropriations in the Highway Bridge Program (HBP), including Toll Credits.
BOARD OF SUPERVISORS STRATEGIC INITIATIVES:
The Project supports the following Board of Supervisors’ Strategic Initiatives:
__ Economic Development
__ Administration
__ Health & Human Services
X Infrastructure
X Public Safety
Prepared by: Jose Luis Gomez, (831) 755-4816
Reviewed by: Erich Rauber, PE, Senior Engineer of Public Works, Facilities and Parks
Approved by: Randell Ishii, MS, PE, TE, PTOE, Director of Public Works, Facilities and Parks
The following attachments are on file with the Clerk of the Board:
Attachment A - Contract, Bonds, & Insurance
Attachment B - Project Budget
Attachment C - Bid Summary
Attachment D - Location Map