Skip to main content
File #: 23-0112   
On agenda: 3/28/2023 Final action: 3/28/2023
Enactment date: Enactment #:
Recommended Action(s)
1. Adopt plans and specifications for Contract 22-05-C Dry Creek Bridge Replacement on Burrough Valley Road, Federal Project No. BRLS-5942(245), receive verbal report on the bid opening, and award to the bidder with the lowest responsive bid. 2. Make a determination in accordance with Administrative Policy No. 34 that "unusual or extraordinary circumstances" exist that allow retroactive sole source procurement of bridge components based on the Board's express findings that specification by brand or trade name of the bridge components is consistent with the provisions of Public Contract Code Section 3400(C)(2) and 3400(C)(3); and authorize staff to incorporate these sole-sourced components in the design and construction of the Dry Creek Bridge Replacement on Burrough Valley Road.
Attachments: 1. Agenda Item, 2. Location Map, 3. Crash Cushions - Sole Source Acquisition Request, 4. In-Line End Terminal - Sole Source Acquisition Request, 5. Additional Information, 6. Contract 22-05-C Dry Creek Bridge Replacement (executed contract).pdf

DATE:                     March 28, 2023

 

TO:                     Board of Supervisors

 

SUBMITTED BY:                     Steven E. White, Director

                     Department of Public Works and Planning

 

SUBJECT:                     Award Contract 22-05-C Dry Creek Bridge Replacement on Burrough Valley Road

 

RECOMMENDED ACTION(S):

TITLE

1.                     Adopt plans and specifications for Contract 22-05-C Dry Creek Bridge Replacement on Burrough Valley Road, Federal Project No. BRLS-5942(245), receive verbal report on the bid opening, and award to the bidder with the lowest responsive bid.

2.                     Make a determination in accordance with Administrative Policy No. 34 that “unusual or extraordinary circumstances” exist that allow retroactive sole source procurement of bridge components based on the Board’s express findings that specification by brand or trade name of the bridge components is consistent with the provisions of Public Contract Code Section 3400(C)(2) and 3400(C)(3); and authorize staff to incorporate these sole-sourced components in the design and construction of the Dry Creek Bridge Replacement on Burrough Valley Road.

REPORT

Approval of the recommended action will authorize the award of a federally funded Highway Bridge Project (HBP) project.  This item pertains to a location in District 5.

 

ALTERNATIVE ACTION(S):

 

If the recommended action is not approved, the project will be delayed or will not be constructed.

 

FISCAL IMPACT:

 

There is no Net County Cost associated with the recommended action which will award a Federally funded bridge replacement.  This project is 88.53% Federally funded through the Highway Bridge Program (HBP).  The local match of 11.47% will be paid out of the Road Fund.  Sufficient appropriations and estimated revenues are included in the Department of Public Works and Planning - Road Fund Org 4510 FY 2022-23 Adopted Budget.

 

DISCUSSION:

 

The work to be done consists, in general, of the replacement of the Dry Creek Bridge and box culvert on Burrough Valley Road, south of the community of Tollhouse and approximately 25 miles northeast of the City of Fresno.  The existing bridge would be removed to accommodate a replacement structure measuring 35 feet 6 inches wide by 114 feet long; the replacement structure would accommodate two 12-foot-wide traffic lanes, two 4-foot-wide shoulders, and two Type 836 concrete barriers.  The replacement culvert would consist of a two cell 6-foot high (4-foot clear) by 12-foot wide (12-foot clear) precast concrete box culvert structure.  During construction, traffic on Burrough Valley Road would be maintained through the construction of a temporary creek crossing downstream of the existing bridge.  The crossing would be located approximately 110 feet south of the southwestern corner of the existing bridge span, connecting Tollhouse Road to Burrough Valley Road. 

 

The project was advertised on February 14, 2023.  As a federally funded project, there was a Disadvantaged Business Enterprise (DBE) goal of 22%.

 

The action allows Department staff to present a verbal report for a bid opening held on March 20, 2023.  Since the bridge is under the jurisdiction of the Central Valley Flood Protection Board, the standard seasonal construction window is April 16th to October 31st, therefore the project must be awarded as soon as possible to allow for completion this year.

 

The verbal report includes the estimated cost of construction based on the lowest responsive bid and the list of bidders, their respective bid amounts and DBE commitments.

 

It is anticipated that construction will commence in April 2023 and will be completed in Fall 2023.  Plans and specifications were prepared by Dewberry Engineers, Inc. and are on file with the Department.

 

For the procurement of two bridge components, specifically the crash cushions and in-line end terminals, the Department is requesting to waive the competitive bidding process and designate specific components to be used by the contractor.  The request to waive the competitive bidding process is consistent with Administrative Policy No. 34 as the components listed below are necessary and are available only through specific authorized distributors.

 

The components to be specified are listed as follows:

 

                     Barrier Systems by Lindsay Universal TAU-M Crash Cushion TL-2

                     Road System Inc. In-Line End Terminal Type MSKT (MASH-compliant Sequential Kinking Terminal)

 

Crash cushions are used in lieu of approach railing with terminal systems when sufficient space is not available to install approach railings. In-Line end terminals are used to prevent direct impact to a vehicle if a crash occurs.  In the event of damage to a crash cushion or end terminal, it is important that the damaged components be replaced as soon as possible, and it is impractical for the Department’s Maintenance and Operations Division to keep replacement parts on hand for all the different systems that are available.  Consequently, the specifications for these projects require the use of Universal TAU-M Crash Cushion TL-2 and In-Line End Terminal Type MSKT and do not allow the contractor to substitute alternative products.

 

The County’s Internal Services Department, Purchasing Services Division, has reviewed and concurs with the sole source recommendations. Specific model information is included on the Sole Source Acquisition Request forms, attached to this agenda item.

 

ATTACHMENTS INCLUDED AND/OR ON FILE:

 

Location Map

On file with Clerk - Crash Cushion - Sole Source Acquisition Request

On file with Clerk - In-Line End Terminal - Sole Source Acquisition Request

 

CAO ANALYST:

 

Salvador Espino