DATE: September 12, 2017
TO: Board of Supervisors
SUBMITTED BY: Steven E. White, Director
Department of Public Works and Planning
SUBJECT: Award Contract No. 17-10-C, Riverdale Pedestrian Improvements, Federal Project No. ATPL-5942(256)
RECOMMENDED ACTION(S):
TITLE
1. Receive verbal report on the bid opening for Contract No. 17-10-C, Riverdale Pedestrian Improvements, and award Contract No. 17-10-C to the bidder with the lowest responsive bid; and,
2. Authorize the Director of Department of Public Works and Planning, or designee, to execute Contract Change Orders up to the limit allowable under Public Contract Code Section 20395(d) for Contract No. 17-10-C.
REPORT
Approval of the recommended actions will authorize the award of an Active Transportation Program (ATP) project and allow the Director, or designee, to execute change orders up to the statutory limit. In order to allow the project schedule to continue as planned, the Department of Public Works and Planning is recommending that the Board receive a verbal report on the bid opening and award the project, thereby permitting an expedited start to construction.
ALTERNATIVE ACTION(S):
If the first recommended action is not approved, the project will be delayed. If the second recommended action is not approved, the Director’s authority to approve Contract Change Orders will be limited to a lesser amount than allowed under the Public Contract Code.
FISCAL IMPACT:
There is no Net County Cost associated with the recommended actions. The ATP will provide 71.45% of the funding for the project. The remaining funds will be provided by the Regional Surface Transportation Program (RSTP), amounting to 100% funding for the entire project. The contract construction cost is anticipated to range between $425,000 and $470,000.
DISCUSSION:
The purpose of the ATP is to encourage increased use of active modes of transportation, such as biking and walking. The RSTP promotes flexibility in State and local transportation decisions and provides flexible funding to best address State and local transportation needs. The work to be done consists, in general, of constructing Americans with Disabilities Act (ADA) compliant pedestrian facilities in various locations in the community of Riverdale. Concrete sidewalks with curb and gutter will be installed along the east side of Hazel Street from Stathem Avenue to the existing sidewalk at Riverdale High School and along the east side of Feland Avenue from the Burrell Ditch to Fipps Primary School, four curb ramps will be installed adjacent to Fipps Primary School, a prefabricated pedestrian bridge will be placed over the Burrell Ditch, and a digital radar speed display unit will be placed on Mt. Whitney Avenue at Riverdale High School. All applicable ADA standards will be met, thereby increasing and improving connectivity and mobility of physically challenged users.
The first recommended action allows Department staff to present a verbal report for a bid opening held on August 31, 2017 for the subject project. The verbal report includes the estimated cost of construction based upon the low bid, the list of bidders, and their respective bid amounts. The bid and bidder and results were posted for public viewing on the Department’s website ten days prior to today’s Board hearing. The information was also delivered to the Clerk to the Board seven days prior to today’s hearing.
The second recommended action will allow the Director to execute change orders for the project up to the statutory limit, based on the lowest responsive bid amount. For road projects, Public Contract Code (PCC) Section 20395(d) limits the extent to which the Director may be authorized to execute Contract Change Orders to ten percent of the first $250,000, plus five percent of the contract amount in excess of $250,000, up to a maximum authorization of $210,000. The Board’s authorization for the Director to approve Contract Change Orders up to this statutory limit would reduce the time required to process changes, reduce paperwork, help keep costs down, and reduce potential claims for additional cost and time due to administrative delays. This Change Order authorization would not apply to, nor allow, changes to the scope of the work.
Specifications for the project were prepared by Biggs Cardosa Associates, Inc. and the Department’s Design Division. Construction is anticipated to begin in October and be completed in December.
OTHER REVIEWING AGENCIES:
Caltrans provides oversight on projects where federal funds are allocated.
REFERENCE MATERIAL:
BAI #57, July 11, 2017
ATTACHMENTS INCLUDED AND/OR ON FILE:
Location map
CAO ANALYST:
John Hays