header-left
File #: 20-534    Version: 1 Name: Solicit Contracts for RV & Farrell Projects
Type: Contract Status: Approved
In control: Resource Management
On agenda: 7/28/2020 Final action: 7/28/2020
Title: Authorize the Director of Resource Management to solicit bids, award, and execute up to $2,800,000 for various Public Works construction contracts for FY2020/21
District: District 4, District 5
Attachments: 1. A - Location Map, 2. B - Capital Projects Budget Summary, 3. Minute Order, 4. Executed Agreement

title

Authorize the Director of Resource Management to solicit bids, award, and execute up to $2,800,000 for various Public Works construction contracts for FY2020/21

 

body

Published Notice Required?     Yes ____ No _X _  

Public Hearing Required?         Yes ____ No _X _

 

DEPARTMENTAL RECOMMENDATION:

 

The Department of Resource Management recommends that the Board of Supervisors authorize the Director of Resource Management to solicit bids, award, and execute up to $2,800,000 for various Public Works construction contracts for FY2020/21.

 

SUMMARY:

 

The Department of Resource Management (DRM) will need to execute bid contracts for the following projects:

 

1.                     Rio Vista Corporation Yard Civil Improvements Phase 1, with an estimated project cost of $950,000;

2.                     Rio Vista Corporation Yard Building Improvements Phase 2, with an estimated project cost of $450,000; and

3.                     Farrell Road Intersection Improvement Project, with an estimated project cost of $1,400,000.

 

Locations of the projects are attached (A - Location Map). Each contract will be bid and/or solicited separately. With the Board’s authorization, the DRM will solicit the bids, and award and execute contracts with the lowest responsible bidders.

 

FINANCIAL IMPACT:

 

The $2,800,000 in total contract costs will be primarily funded by the Road Fund and SB 1 funds. The Rio Vista Corporation Yard Improvements Phase 2 will receive approximately $72,000 from the Public Facilities Fees for the portion of the building expansion attributed to growth. There is no impact to the General Fund from these contracts.

 

The projects were re-budgeted from FY2019/20 into the FY2020/21 budget with $1,200,000 for the Rio Vista Corporation Yard improvements and $1,400,000 for Farrell Road Intersection Improvements (see Attachment B - Capital Projects Budget Summary). A $3.7 million road maintenance surfacing project, which was budgeted for FY2020/21, is being deferred until after mid-year to ensure Road Fund budget capacity for these projects and also provide time to monitor potential Gas Tax revenue impacts related to the coronavirus. The costs associated with preparing this agenda item are nominal and absorbed by the department’s FY2020/21 Preliminary Budget.

 

DISCUSSION:

 

Descriptions of the individual projects are as follows:

 

Rio Vista Corporation Yard Civil Improvements Phase 1

The project will construct the site civil improvements, in preparation for the new office building to follow, at Solano County’s Public Works Corporation Yard at 940 St. Francis Way in Rio Vista. Site work includes installing new utility connections, new lighting, new sidewalk along St. Francis Way, driveway expansion, concrete foundation, retaining wall installation, new fencing, and new parking and ADA additions.

 

The Board had previously authorized $800,000 for this contract work, including the building installation. DRM has since determined that the site utility upgrades that will be necessary for the second and third phase projects are best included in this phase of work for more long-term cost savings.

 

Rio Vista Corporation Yard Building Improvements Phase 2

The project will install a new pre-manufactured office building in Solano County’s Public Works Corporation Yard in Rio Vista. Work includes installing the building on the foundation built in Phase 1, utility tie-ins, and some minor furnishings and building accessibility additions. Once these improvements are complete, Operations Division will relocate their crew space and office facilities to the new building.  A future Phase 3 will demolish the old building and replace it with a new garage structure.

 

DRM has determined that the second phase project is best bid as a separate phase project from Phase 1 due to the regional availability of contractors licensed for this particular type of work, and the long schedule delay required to order and receive the office building components.

 

The Rio Vista Corporation Yard improvements were originally included in the FY2018-19 Capital Improvement Plan with an original estimated cost of $805,000; however, this estimate only included new building installation and minor civil site improvements. The current combined estimated costs of Phase 1 & 2 work amount to $1,400,000, but they also include sidewalk gap connections on St. Francis Way and Poppy House Road, lighting improvements, and utility upgrades for the new building as well as for the future Phase 3 garage structure.

 

Farrell Road Intersection Improvement Project

The purpose of the project is to improve the safety of the intersection. The project incorporatese the following improvements at the intersection of Farrell Road and Gibson Canyon:

1.                     Upgrade the intersection from the old “Y” style into a standard “T” connection;

2.                     Construct 4-foot paved shoulders and retaining walls;

3.                     Pave the new road;

4.                     Protect Solano Irrigation District water line, in-place;

5.                     Replace several cross culverts; and

6.                     Upgrade signs and striping along the corridor and intersection.

 

The Farrell Road Intersection Improvement Project was originally included in the FY2019-20 Capital Improvement Plan with an estimated cost of $1,200,000. The current estimate of $1,400,000 includes increased Project costs due to cost escalation in some work items, and also incorporated some design changes to avoid and protect existing utilities that exist at the site.

 

ALTERNATIVES:

 

The Board may choose not to authorize the solicitation, award, nor execution of these contracts. This is not recommended, as these contracts are necessary to propel and complete the projects anticipated in the Capital Improvement Plan.

 

OTHER AGENCY INVOLVEMENT:

 

County Counsel has reviewed and approved this item, as to form, and will review and approve the contracts prior to execution.

 

CAO RECOMMENDATION:

 

APPROVE DEPARTMENTAL RECOMMENDATION