To: Board of Supervisors
Department or Agency Name(s): Transportation and Public Works
Staff Name and Phone Number: Johannes J. Hoevertsz 707-565-2231
Vote Requirement: Majority
Supervisorial District(s): Fourth
Title:
Title
Award of Contract for Geysers Road Storm Damage Repair Projects as a result of the County’s 2017 Flood Disaster (Projects C11605, C11604, C21602)
End
Recommended Action:
Recommended action
A) Approve plans and specifications for the Geysers Road Storm Damage Repair (Projects C11605, C11604, C21602).
B) Award contract to the lowest responsive and responsible bidder, Granite Construction, Inc., in the amount of $3,211,356 and authorize Chair to execute the construction contract.
C) Approve a construction contingency for the project in the amount of $481,703 for a total contract amount not to exceed $3,693,059.
(Fourth District)
end
Executive Summary:
The Department of Transportation and Public Works (TPW) is recommending the approval of plans and specifications for the Geysers Road Storm Damage Repair and associated award of contract to the lowest responsible bidder for the project. As part of this project, TPW is recommending a 15% construction contingency of $481,703 to account for unforeseen circumstances due to the nature of the disaster projects. Costs associated with the construction contract are eligible for reimbursement through the Federal Emergency Management Agency (FEMA) and the California Department of Emergency Services (CalOES). The FEMA share of project costs is 75%, with CalOES contributing 18.75% and the County of Sonoma contributing 6.25%.
Discussion:
Geysers Road was damaged at three separate sites by debris flow and landslides directly related to the storms of January and February 2017. The repairs proposed in the recommended plans and specifications will include improvements to the roadway, as well as, installation of soldier piles and standard retaining walls. The replacement section of the road will comply with current California Department of Transportation (Caltrans) roadway and drainage standards in order to harden the road for the future and stay consistent with the County’s resilient infrastructure goals.
Advertising for Bids commenced on August 14, 2020 and bids were opened on September 15, 2020.
Base bids were received and initially deemed responsive as follows:
1 Gordon N Ball Inc $3,202,870
2 Granite Construction, Inc. $3,211,356
3 Team Ghilotti Inc $3,237,141
4 Bridgeway Civil Constructors $3,334,697
5 REGE Construction Inc $3,419,059
6 Ghilotti Construction Inc $3,576,645
7 Ghilotti Bros Inc $3,577,688
8 Argonaut Construction $3,582,859
9 Stewart Engineering $3,655,303
10 Steelhead Construction $3,688,677
11 TerraCon Construction $3,995,927
The Engineer's Estimate was $3,801,969.
After issuing a notice of intent to award to Gordon N. Ball, Inc., a bid protest was received from Granite Construction, Inc. Upon review of the bid protest from Granite and the response from Gordon Ball, TPW determined that the Gordon Ball bid was nonresponsive because it failed to set forth the public works contractor registration numbers for the listed subcontractors as required under California law (Public Contract Code Section 4104) and the bid requirements for the project (Section 2-1.10 of the Standard Specifications). Based on this finding, the lowest responsive bid was submitted by Granite Construction ($3,211,356), which was 15.5% below the Engineer’s Estimate. Granite Construction is experienced in this type of work, has been licensed since 1929, and has been determined to be the lowest responsible bidder for this contract by TPW.
In accordance with Public Contract Code Section 20128, TPW is recommending awarding the contract to Granite Construction, Inc. The Board may elect to reject all bids and not award this contract. However, doing so would leave this section of road unrepaired and could jeopardize FEMA reimbursement in the future.
The total estimated cost of construction is $3,693,059 including 15% for construction contingency. Of this amount $2,769,794 (75%) is eligible for reimbursement from FEMA, and an additional $692,448 (18.75%) is eligible for reimbursement from CalOES. The remaining balance of the project costs ($230,817) will be paid from TPW Capital Improvement funds. Appropriations have been programmed in the FY 2020-21 Adopted budget.
Prior Board Actions:
None
Fiscal Summary
Expenditures |
FY 20-21 Adopted |
FY21-22 Projected |
FY 22-23 Projected |
Budgeted Expenses |
$3,693,059 |
|
|
Additional Appropriation Requested |
|
|
|
Total Expenditures |
$3,693,059 |
|
|
Funding Sources |
|
|
|
General Fund/WA GF |
|
|
|
State/Federal |
$3,462,242 |
|
|
Fees/Other |
$230,817 |
|
|
Use of Fund Balance |
|
|
|
Contingencies |
|
|
|
Total Sources |
$3,693,059 |
|
|
Narrative Explanation of Fiscal Impacts:
Appropriations for this this contract are programmed into the TPW FY 2020-21 Capital Improvement budget. Of the contract total, $2,769,794 (75%) is eligible for reimbursement from FEMA, and an additional $692,448 (18.75%) is eligible for reimbursement from CalOES. The remaining balance of the project costs ($230,817) will be paid from SB1 funds allocated to capital improvement projects.
Staffing Impacts: |
|
|
|
Position Title (Payroll Classification) |
Monthly Salary Range (A-I Step) |
Additions (Number) |
Deletions (Number) |
|
|
|
|
|
|
|
|
|
|
|
|
Narrative Explanation of Staffing Impacts (If Required):
None
Attachments:
Location Map
Related Items “On File” with the Clerk of the Board:
Special Provisions, Bid Book, Addendums, Plans