Agenda Item
ASR
Control 08-000165 |
||
MEETING DATE: |
03/18/08 |
|
legal entity taking action: |
Board of Supervisors |
|
board of supervisors
district(s): |
3 |
|
SUBMITTING
Agency/Department: |
Resources and Development Management Department (Approved) |
|
Department contact
person(s): |
Victor Valdovinos, (714) 567-7801 |
|
|
Hiram Downard, (714) 567-7812 |
|
Subject:
Award Contract – Santiago Canyon
Road Bridge SC-9
ceo Concur |
County
Counsel Review |
Clerk of the Board |
||
Concur |
Approval Not Required |
Discussion |
||
|
|
3 Votes Board Majority |
||
|
|
|
||
Budgeted: Yes |
Current Year Cost:
$883,855 |
Annual Cost:
N/A |
||
|
|
|
||
Staffing Impact: No |
# of Positions:
|
Sole Source:
N/A |
||
Current Fiscal Year Revenue: N/A |
||||
Funding Source: Road
(115): 48% Federal: 46%; State: 6% |
||||
|
||||
Prior Board Action: August
22, 2006; January 15, 2008 |
||||
RECOMMENDED ACTION(S)
1. |
Accept bid of and award contract to KLM Construction, Inc. in the amount of $883,855 for the Barrier Replacement and Seismic Retrofit for Santiago Canyon Road Bridge SC-9. |
2. |
Authorize execution of contract by the Chairman when the required bonds and insurance certificates have been submitted and approved by County Executive Office/Risk Management and County Counsel with the date of the contract effective upon execution. |
3. |
Authorize return of bid security to all bidders after contract execution. |
SUMMARY:
Award of this contract to KLM Construction, Inc. in the amount of $883,855 will provide improved public safety and extended service life for Santiago Canyon Road Bridge SC-9.
BACKGROUND INFORMATION:
Santiago Canyon Road Bridge SC-9 was built in 1963 and is located in the rural Silverado Canyon area of unincorporated Orange County, approximately 0.3 miles west of Silverado Canyon Road. On January 15, 2008, your Board approved the Plans and Special Provisions and authorized the Clerk of the Board to advertise for bids for this project, which will replace the bridge's outdated metal beam guard railing with concrete barriers that meet current highway safety standards. The bridge deck will be widened by approximately four feet on both sides to accommodate the new concrete barriers and five foot wide bicycle lanes in each direction. The project also includes seismic retrofitting of the existing structure with steel column casings and extension of the footings.
Bid proposals for the subject project were opened on February 13, 2008. A summary of bids received (including the Engineer's Estimate) is as follows:
KLM Construction, Inc. |
$883,855.00 |
J. McLoughlin Engineering Company |
$915,494.25 * |
Beador Construction Company, Inc. |
$972,300.00 |
McKenna General Engineering, Inc. |
$995,165.70 |
Peterson-Chase General Engineering |
$1,096,500.60 |
R.J. Bullard Construction, Inc. |
$1,122,365.00 ** |
Engineer's Estimate |
$1,138,022.30 |
Reyes Construction, Inc. |
$1,143,326.80 * |
4-Con Engineering, Inc. |
$1,156,029.00 |
G.B. Cooke, Inc. |
$1,177,356.00 |
Abbott Construction & Engineering, Inc. |
$1,183,041.00 ** |
Highland Construction, Inc. |
$1,195,579.20 |
Powell Constructors |
$1,224,172.50 |
Olivas Valdez, Inc. |
$1,333,011.10 |
* |
Mathematical correction to bid proposal; does not affect bid standing. The referenced bidders made errors in multiplication of the estimated quantity and their unit price. |
** |
Mathematical correction to bid proposal; does not affect bid standing. The referenced bidders made errors in addition of the extended total column. |
The low bid for this project is approximately 22 percent below the Engineer's Estimate. Resources and Development Management Department (RDMD) Public Works has evaluated both the bids and the estimate and concludes that the difference is due, in large part, to the present highly competitive public works bidding environment resulting from the recent downturn in residential construction. No errors or omissions were found in the plans and specifications and several other bids from responsible contractors were also well below the estimate. RDMD/Public Works concludes that the low bid is fair and reasonable for the work to be done and not unrealistic.
Compliance with CEQA: On January 15, 2008, Final Negative Declaration No. IP03-042, previously approved by the Board on August 22, 2006, was found adequate to satisfy the requirements of CEQA and was approved for the subject project.
FINANCIAL IMPACT:
N/A
STAFFING IMPACT:
N/A
EXHIBIT(S):
Exhibit A - Bid Summary
Exhibit B - Location Map