Fresno County CA header
 
File #: 16-1763    Name: Award Contract 16-16-SW
In control: Public Works & Planning
On agenda: 2/28/2017 Final action: 2/28/2017
Enactment date: Enactment #:
Title: 1. Award Contract No. 16-16-SW, American Avenue Disposal Site Phase II and Phase III Landfill Gas Collection and Control System Expansion, to the lowest bidder, Wood Bros Inc., 14147 18th Avenue, Lemoore, CA 93245 in the total amount of $1,246,387. 2. Authorize the Director of Public Works and Planning or his designee to execute Contract Change Orders up to $74,819.35, which is approximately 6.00% of the total contract construction cost.
Attachments: 1. Agenda Item, 2. Project Map, 3. Location Map, 4. Proof of Publication, 5. Contract No, 16-16-SW AADA LFGCCS - SCADA (executed contract)

DATE:                     February 28, 2017

 

TO:                     Board of Supervisors

 

SUBMITTED BY:                     Steven E. White, Director

                     Department of Public Works and Planning

 

SUBJECT:                     Award Contract No. 16-16-SW, American Avenue Disposal Site Phase II and Phase III Landfill Gas Collection and Control System Expansion

 

RECOMMENDED ACTION(S):

TITLE

1.                     Award Contract No. 16-16-SW, American Avenue Disposal Site Phase II and Phase III Landfill Gas Collection and Control System Expansion, to the lowest bidder, Wood Bros Inc., 14147 18th Avenue, Lemoore, CA 93245 in the total amount of $1,246,387.

 

2.                     Authorize the Director of Public Works and Planning or his designee to execute Contract Change Orders up to $74,819.35, which is approximately 6.00% of the total contract construction cost.

REPORT

Approval of the recommended actions will authorize the award of a County funded Landfill project and allow the Director of Public Works and Planning or his designee (Director) to execute change orders beyond the amount pre-authorized by County policies.

 

ALTERNATIVE ACTION(S):

 

Not approving the first recommended action will result in delay of the project.  A delay in the award of the project may increase costs and delay construction of other planned landfill projects.  Not approving the second recommended action will limit the Director’s authority to approve contract change orders to $34,963.87.

 

FISCAL IMPACT:

 

There is no Net County Cost associated with the recommended actions.  Sufficient appropriations for the project are included in the adopted FY 2016-17 Public Works and Planning American Avenue Disposal Site (AADS) - Org 9026 Adopted Budget.

 

DISCUSSION:

 

The AADS is a municipal solid waste disposal facility operating under a Solid Waste Facilities Permit issued by the County Community Health Department with the concurrence of the California Department of Resources, Recycling, and Recovery.  The County has owned and operated the AADS since the early 1970s.  The AADS is located on American Avenue, approximately 17 miles southwest of the City of Fresno and approximately 6 miles southwest of the City of Kerman.  The site encompasses 440 acres, including 367 acres of permitted and available disposal area.

 

The existing AADS Landfill Gas Collection and Control System (LFGCCS) consists of 72 integrated vertical landfill gas (LFG) wells spread over the three site phases, which have been integrated with several leachate collection and recovery risers (LCRS) and leachate/lysimeter panels located throughout Phase II.  The LFG collected by the LFGCCS is conveyed to two flare stations, where condensate is collected, and gas is injected into the flares for burn-off.  The supervisory control and data acquisition (SCADA) system enables real time monitoring and control over collected landfill gas and flow rates, to ensure consistent and safe system operability and LFG disposal.  In general, the scope of work for this project will expand and improve the LFGCCS in Phases II and III and integration of new panels to the existing SCADA system.

 

The Department received six bids for this project on January 19, 2017.  The lowest bid was $1,246,387, from Wood Bros, Inc.  This amount is $130,213, or 9.45%, lower than the engineer’s estimate of $1,376,600.  Bids came in lower than anticipated for the work associated with the leachate/lysimeter pump panel installation and integration.  The bidders and their respective bid amounts are shown below:

 

                     Bidder                          Total Bid

                     1. Wood Bros, Inc.                     $1,246,387.00

                     2.                      Blue Flame Crew                     $1,254,409.40

                     3.                      Environmental Construction                     $1,278,992.00

                     4.                      Papich Construction                     $1,346,269.50

                     5.                      SCS Engineers                     $1,366,541.00

                     6.                      Innovative Construction                     $1,389,831.00

 

To calculate the preferred change order authorization, the department typically utilizes the statutory limitation for road projects (found in Public Contract Code Section 20395(d)), which 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.  For this project, this amounts to $25,000 (10 percent of $250,000), plus five percent of $996,387 (the amount in excess of the first $250,000) for a total authorization of $74,819.35 (approximately 6.00% of the contract construction cost).  The Board’s authorization for the Director to approve Contract Change Orders up to this 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.

 

Plans and Specifications were developed by Golder and Associates through their on-call Agreement with the County.  Construction is anticipated to start in spring of 2017 and be finished in fall of 2017.

 

REFERENCE MATERIAL:

 

BAI #42, November 15, 2016

 

ATTACHMENTS INCLUDED AND/OR ON FILE:

 

Project Map

Location Map

 

CAO ANALYST:

 

John Hays