Fresno County CA header
 
File #: 18-0330    Name: Contract 17-30-C, Slurry Seals at Various Locations in Fresno County
In control: Public Works & Planning
On agenda: 4/17/2018 Final action: 4/17/2018
Enactment date: Enactment #:
Title: 1. Adopt plans and specifications and award Contract No. 17-30-C, Slurry Seals at Various Locations in Fresno County to the low bidder, American Pavement Systems, 1012 11th Street, Suite 1000, Modesto, CA, in the amount of $840,916.35 including the base bid and additive bids 4A, 6A, 7A, 10A, 11A, 12A, 13A, 14A, 15A, 16A, 18A and 21A. 2. Authorize the Director of Public Works and Planning, or his designee, to execute Contract Change Orders up to $54,545, which is approximately 6.49% of the total contract construction cost, the limit allowable under California Public Contract Code, section 20395(d) for Contract 17-30-C.
Attachments: 1. Agenda Item, 2. Location Maps, 3. Contract No. 17-30-C, Slurry Seals (executed contracts).pdf

DATE:                     April 17, 2018

 

TO:                     Board of Supervisors

 

SUBMITTED BY:                     Steven E. White, Director

                     Department of Public Works and Planning

 

SUBJECT:                     Contract 17-30-C, Slurry Seals at Various Locations in Fresno County

 

RECOMMENDED ACTION(S):

TITLE

1.                     Adopt plans and specifications and award Contract No. 17-30-C, Slurry Seals at Various Locations in Fresno County to the low bidder, American Pavement Systems, 1012 11th Street, Suite 1000, Modesto, CA, in the amount of $840,916.35 including the base bid and additive bids 4A, 6A, 7A, 10A, 11A, 12A, 13A, 14A, 15A, 16A, 18A and 21A.

 

2.                     Authorize the Director of Public Works and Planning, or his designee, to execute Contract Change Orders up to $54,545, which is approximately 6.49% of the total contract construction cost, the limit allowable under California Public Contract Code, section 20395(d) for Contract 17-30-C.

REPORT

Approval of the first recommended action will authorize the award of a budgeted road improvement project.  Approval of the second recommended action will allow the Director, or his designee, to execute change orders up to the statutory limit.  This item pertains to locations in Districts 1, 3, 4 and 5.

 

ALTERNATIVE ACTION(S):

 

If the first recommended action is not approved, it will result in cancellation of the project.  If the second recommended action is not approved, the Director’s, or his designee’s, authority to approve Contract Change Orders will be limited to $30,909.

 

FISCAL IMPACT:

 

There is no Net County Cost associated with the recommended actions.  The anticipated construction cost of the project, based on the low bid and including an allowance for contingencies, is $895,461 (contract plus change orders).  Sufficient appropriations are included in the FY 2017-18 Public Works and Planning - Roads Org 4510 Adopted Budget for construction of the base bid and additive bid 4A.  Funds for other selected additive locations are included in various County Services Area (CSA) budgets.

 

DISCUSSION:

 

The work to be done consists, in general, of placing a slurry seal of asphaltic emulsion and sand mixture on various existing roads in Fresno County.  The base bid will require the placement of slurry seal over approximately 12.71 miles of roadway, and additive bids recommended for award include an additional 9.88 miles of roadway.  The slurry seal will extend the useful life of the roadway at the identified locations.

 

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 10% of the first $250,000, plus 5% of the contract amount in excess of $250,000, up to a maximum authorization of $210,000.  However, the Board’s policy, last updated in 1991, limits the Director’s authority to the amount of 10% of the first $25,000, plus 1% of the contract amount in excess of $250,000, up to a maximum authorization of $100,000.  For this project, this amounts to $25,000, plus 1% of $590,916 for a total authorization of $54,545.  Your Board’s authorization for the Director to approve Contract Change Orders up to the PCC limit would prevent the need for the Department to return to your Board to approve change orders in excess of your Board’s policy limit.  This will reduce the time required to process changes, reduce paperwork, help keep cost 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.

 

The Department received seven bids for this project on March 15, 2018.  Bids were compared, for the purposes of identifying the low bidder, on the basis of the lowest bid received for the total of the base bid and all additive bids.  However, only the base bid and additive bids 4A, 6A, 7A, 10A, 11A, 12A, 13A, 14A, 15A, 16A, 18A and 21A are recommended for award.

 

The low bid of $866,115.35 is $106,124 or 13.96% higher than the engineer’s estimate of $759,991.  This is due to higher than anticipated costs for traffic control and thermoplastic pavement markings.

 

The bidders and their respective bid amounts are shown below:

 

 

Base Bid + All Additives

Bidder

(Basis of Award)

American Pavement Systems

$   866,115.35

California Pavement Maintenance Co

$   930,561.48

Telfer Pavement Technologies, LLC

$   931,688.50

VSS International, Inc.

$   956,120.00

Intermountain Slurry Seal, Inc.

$1,005,000.00

Sierra Nevada Construction, Inc

$1,008,017.00

Roy Allan Slurry Seal, Inc.

$1,021,840.98

 

Project Specifications were prepared by the Department’s Design Division.  It is anticipated that construction will begin in May 2018 and will be completed in June 2018.  Upon completion of the project, the Director will issue the Notice of Completion and accept the project on behalf of the County.

 

ATTACHMENTS INCLUDED AND/OR ON FILE:

 

Location Maps

 

CAO ANALYST:

 

Sonia M. De La Rosa