Item Coversheet

SAN BENITO COUNTY

AGENDA ITEM
TRANSMITTAL FORM

Mark Medina

District No. 1

Anthony Botelho

District No. 2

Chair

Robert Rivas

District No. 3

 

Jerry Muenzer

District No. 4
Vice - Chair

Jaime De La Cruz

District No. 5

 


Item Number: 11.



MEETING DATE:  9/11/2018

DEPARTMENT:
RESOURCE MANAGEMENT AGENCY

DEPT HEAD/DIRECTOR: John Guertin

AGENDA ITEM PREPARER: Scott Lines

SBC DEPT FILE NUMBER: 105

SUBJECT:

RESOURCE MANAGEMENT AGENCY – J. GUERTIN

Accept all bids for the SB-1 0.15’ HMA Overlay Project at Two Locations (PWB-1803), find Granite Rock Company as the lowest responsive responsible bidder, award contract to Granite Rock Company in the amount of $337,500.00, approve contract and authorize the RMA Director to execute the contract upon receipt of all documents required in the Invitation for Bids, and authorize the RMA Director to issue change orders in an amount not to exceed $33,750.00.

SBC FILE  NUMBER: 105



AGENDA SECTION:

CONSENT AGENDA

BACKGROUND/SUMMARY:

On April 28,2017, the Governor signed Senate (SB) 1, known as the Road Repair and Accountability Act of 2017 to address basic road maintenance, rehabilitation, and critical safety needs on both the state highway, local streets and road system.  On November 1, 2017, the State Controller began to deposit portions of the new funding from the increase to certain fuel excise and sales taxes, and vehicle registration fees into the Road Maintenance and Rehabilitation Account (RMRA) of which a percentage will be continuously apportioned by the Controller by formula pursuant to paragraph (2) of subdivision (h) of Section 2032 of the Streets and Highways Code to eligible cities and counties for basic road maintenance, rehabilitation, and critical safety projects on local streets and roads.

 

The Street and Highway Code Section 2034(a)(1) requires that prior to receiving and apportionment of the RMRA funds pursuant to paragraph (2) of subdivision (h) of Section 2032 from the Controller in a fiscal year, an eligible city or county shall submit to the California Transportation Commission a list of projects proposed to be funded with these funds pursuant to an adopted resolution by the Board of Supervisors (City Councils) at a regular public meeting. 

 

On October 10, 2017, the San Benito County Board of Supervisors passed and adopted Resolution No. 2017-105 on the list of projects for SB 1 and alternative projects.  The project list was submitted to the California Transportation Commission on October 16, 2017.  The project list acknowledgement by the California Transportation Commission was received on October 26, 2017 with no questions at the time.

The Streets and Highways Code Section 2034(a)(2) requires that the Commission shall report to the Controller, the cities and counties that have submitted a list of project as described in this subdivision and eligible to receive an apportionment of funds under program for the applicable fiscal year.  The Controller, upon receipt of an initial report, shall apportion funds to the eligible cities and counties.

 

On May 8, 2018, the Board of Supervisors adopted the plans and specifications for the SB 1 Projects, SB 1 - 0.15’ HMA Overlay Project at Two Locations, Magladry Road from Rodriguez Court to Lone Tree Road – 0.69 Mile Overlay, Southside Road from Carousel Drive to Union Road – 0.22 Mile Overlay, and SB-1 Seal Coat (Chip) and Slurry Seal Project at Various Locations, San Felipe Road (NB) from 0.9N/Fallon Road to HWY 156 – 0.60 Mile Chip Seal, Gardena Lane from Santa Ana Road to End – 0.14 Mile Chip Seal, Nash Road from 1780’ E/O Riverside Road to PCC Bridge – 0.07 Mile Chip Seal, Ladd Lane from Southside Road to South End – 0.13 Mile Slurry Seal, Cienega Road from COP 1475’ S/O Union Road to Cienega Road Extension – 0.10 Mile Slurry Seal, found the projects are categorically exempt under CEQA Guidelines Sections 15301 and 15302, and authorized the advertisement for bids.

 

Bids were received on June 7, 2018 with two bids on the SB 1 - 0.15’ HMA Overlay Project at Two Locations (PWB-1803) with Granite Rock Company being the lowest responsible bidder in the amount of $337,500.00 and three bids on the SB-1 Seal Coat (Chip) and Slurry Seal Project at Various Locations with Intermountain Slurry Seal being the lowest responsible bidder in the amount of $444,459.50. 

 

The SB-1 Funding received to date from the State will only cover the construction contract award for the SB-1 0.15’ HMA Overlay Project at Two Locations.  Staff will defer on recommending to award a construction contract to Intermountain Slurry Seal in the amount of $444,459.50 until confirmation on when additional SB-1 Funding from the State will be received.  There is a time limit on holding the contractor to their bid.

 

The Engineer’s Estimate on the SB-1Construction is to begin in August and to last two months.



BUDGETED:

Yes

SBC BUDGET LINE ITEM NUMBER:

210.70.2020.1210.650.201

CURRENT FY COST:



STAFF RECOMMENDATION:

Staff respectfully recommends that the Board:

1. Accept all bids for the SB-1 0.15’ HMA Overlay Project at Two Locations;

2. Find Granite Rock Company as the lowest responsive responsible bidder;

3. Award contract to Granite Rock Company in the amount of $337,500.00;

4. Approve contract and authorize the RMA Director to execute the contract upon receipt of all documents required in the Invitation for Bids; and

5. Authorize the RMA Director to issue change orders in an amount not to exceed $33,750.00.



ADDITIONAL PERSONNEL:
No


BOARD ACTION RESULTS:

Approved per staff recommendation (5/0 vote).
ATTACHMENTS:
DescriptionUpload DateType
Contract9/6/2018Cover Memo
Bid Opening From9/6/2018Cover Memo