Item Coversheet

REPORT TO SHASTA COUNTY BOARD OF SUPERVISORS


BOARD MEETING DATE:  June  27, 2017
CATEGORY:  Consent - Public Works-23.

SUBJECT:

Spring Creek Road at Fall River Bridge Replacement - Consultant Agreements

DEPARTMENT: Public Works

Supervisorial District No. :  3

DEPARTMENT CONTACT:  Pat Minturn, Public Works Director, (530) 225-5661

STAFF REPORT APPROVED BY:  Pat Minturn, Public Works Director

Vote Required?

Simple Majority Vote
General Fund Impact?

No General Fund Impact 

RECOMMENDATION

Take the following actions for the Spring Creek Road at Fall River Bridge Replacement project: (1) Approve and authorize the Chairman to sign an agreement with Morrison Structures, Inc. in an amount not to exceed $320,000 to provide engineering services from the date of signing by the Chairman through the filing of a Notice of Completion; and (2) approve and authorize the Chairman to sign an agreement with Paul Hauser d.b.a. ENPLAN in an amount not to exceed $402,000 to provide environmental services from the date of signing by the Chairman through the filing of a Notice of Completion.

SUMMARY

Engineering and environmental services are proposed for the Spring Creek Road at Fall River Bridge Replacement project.

DISCUSSION

The County is in the process of replacing the Spring Creek Road at Fall River Bridge in Fall River Mills. The existing bridge is a single-lane, 135-foot long timber structure. It is anticipated that the new bridge will be a two-lane steel or concrete bridge. Environmental studies to replace the bridge began in 2009 and revealed archeological and biological concerns. Work in or around the stream had the potential to harm a fully protected species and lack of studies of the species prohibited the CA Department of Fish and Wildlife from issuing a permit. Legislation sponsored by Assemblyman Dahle was passed in 2016 to allow the project to proceed. Engineering and environmental services will be necessary to meet the new design parameters.

 

The County issued separate Request for Proposals (RFPs) for engineering and environmental services. Three engineering proposals were received and evaluated by staff for: understanding of the site and work to be done; experience with similar kinds of work; quality of staff for work to be done; capability of developing innovative or advanced techniques; familiarity with stated and federal procedures and demonstrated technical ability. Morrison Structures, Inc. was determined to be the most qualified firm to complete the work. The attached agreement has been negotiated and is recommended for approval.

 

Six environmental proposals were received and evaluated by staff for: understanding of the site and work to be done; experience with similar kinds of work; qualifications of staff and availability of consultant; familiarity with state and federal procedures; demonstrated technical ability; DBE participation; and working knowledge of Shasta County. Paul Hauser dba ENPLAN was determined to be the most qualified firm to complete the work. The attached agreement has been negotiated and is recommended for approval.

ALTERNATIVES

The Board may decline to award agreements at this time. The Board may also direct staff to renegotiate the agreements, reissue the RFPs or complete more work with County staff. The project would be delayed and funding may be lost due to funding limits.

OTHER AGENCY INVOLVEMENT

County Counsel has approved the agreements as to form. Risk Management has reviewed and approved the agreements. The County Administrative Office has reviewed this recommendation.

FINANCING

The bridge replacement is estimated to cost a total of $6,000,000. Federal funds will cover 88.53% of the preliminary costs and 100% of the construction costs. Adequate funds for the work are included in the Proposed 2017/18 Road Fund budget. There is no General Fund impact.

ATTACHMENTS:
DescriptionUpload DateDescription
Morrison Structures Agreement6/14/2017Morrison Structures Agreement
ENPLAN Agreement6/16/2017ENPLAN Agreement