Fresno County CA header
 
File #: 18-0552    Name: Contract 17-28-C, E. Ashlan Avenue & N. Van Ness Boulevard Improvements
In control: Public Works & Planning
On agenda: 6/5/2018 Final action: 6/5/2018
Enactment date: Enactment #:
Title: 1. Adopt plans and specifications and award Contract No. 17-28-C, E. Ashlan Avenue and N. Van Ness Boulevard Improvements to the low bidder, Dawson-Mauldin Construction, Inc., 10625 Ellis Avenue, Suite D, Fountain Valley, CA 92708, in the amount of $522,343.50 for the base bid and the additive bid. 2. Authorize the Director of the Department of Public Works and Planning, or designee, to execute Contract Change Orders up to $38,617 which is approximately 7.39% of the total contract construction cost, the limit allowable under California Public Contract Code, Section 20142 for Contract 17-28-C.
Attachments: 1. Agenda Item, 2. Location Map, 3. Additional Information, 4. Contract No. 17-28-C, E. Ashlan Avenue and N. Van Ness Boulevard Improvements(executed contract).pdf

DATE:                     June 5, 2018

 

TO:                     Board of Supervisors

 

SUBMITTED BY:                     Steven E. White, Director

                     Department of Public Works and Planning

 

SUBJECT:                     Contract 17-28-C, Ashlan Avenue & Van Ness Boulevard Intersection Improvements

 

RECOMMENDED ACTION(S):

TITLE

1.                     Adopt plans and specifications and award Contract No. 17-28-C, E. Ashlan Avenue and N. Van Ness Boulevard Improvements to the low bidder, Dawson-Mauldin Construction, Inc., 10625 Ellis Avenue, Suite D, Fountain Valley, CA 92708, in the amount of $522,343.50 for the base bid and the additive bid.

 

2.                     Authorize the Director of the Department of Public Works and Planning, or designee, to execute Contract Change Orders up to $38,617 which is approximately 7.39% of the total contract construction cost, the limit allowable under California Public Contract Code, Section 20142 for Contract 17-28-C.

REPORT

Approval of the first recommended action will authorize the award of a budgeted project to improve the pedestrian facilities at the intersection of Ashlan Avenue and Van Ness Boulevard.  Approval of the second recommended action will allow the Director of the Department of Public Works and Planning (Director), or designee, to execute change orders up to the statutory limit.  This item pertains to a location in District 2.

 

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, or designee’s, authority to approve Contract Change Orders will be limited to $27,723.44.

 

FISCAL IMPACT:

 

There is no Net County Cost associated with the recommended actions.  The anticipated cost of the project, based on the low bid and including an allowance for contingencies, is $560,960 (contract plus change orders).   The project will be paid for out of the Department’s Road Fund 010 and sufficient appropriations are included in the Public Works and Planning Org 4510 FY 2017-18 Adopted Budget. 

 

DISCUSSION:

 

The work to be done consists, in general, of installing Americans with Disabilities Act compliant concrete curb ramps, constructing concrete curb medians along Ashlan Avenue, removing trees, relocating driveway approaches, widening the intersection, removal and replacement of asphalt concrete pavement and installing curb and gutter.  In addition, placement of area lights, flashing LED (light-emitting diode) pedestrian crossing signs, controller, electrical service equipment, conduits, and wiring; plus an additive bid item for embedded river rock surfacing in the median landscaping area.  The purpose of the project is to improve pedestrian safety for residents traveling within the neighborhood, as well as students traveling to and from nearby Fresno Unified School District’s Powers-Ginsburg Elementary School.

 

The second recommended action will allow the Director, or designee, to execute change orders for the project up to the statutory limit, based on the lowest responsive bid amount.  PCC, section 20142 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.  For this project, this amounts to $25,000, plus 5% of $272,343.50 for a total authorization of $38,617.18.  However, the Board’s policy, last updated in 1991, limits the Director’s authority to the amount of 10% of the first $250,000, 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 $272,343.50 for a total authorization of $27,723.44.  Your 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 cost down, and reduce potential claims for additional cost and time due to administrative delays.  The Contract Change Order authorization would not apply to, nor allow changes to, the scope of the work.

 

The Department received four bids for this project on May 10, 2018.  The low bid of $522,343.50 is 25% higher than the engineer’s estimate of $416,740.  This was due to a higher than anticipated cost for clearing and grubbing (tree trimming and tree removal), roadway excavation, and Class 2 Aggregate Base. 

 

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 the additive bid.

 

The bidders and their respective bid amounts are shown below:

 

Bidder

Base Bid Only

Base Bid with Additive (Basis of Award)

Dawson-Mauldin Construction

$482,343.50

$522,343.50

Seal Rite Paving

$432,418.70

$526,818.70

American Paving Co.

$574,552.00

$612,952.00

Avison Construction

$624,980.00

$638,660.00

 

Plans and specifications were prepared by the Department’s Design Division.  It is anticipated that construction for the project will begin in June 2018 and be completed in August 2018. 

 

ATTACHMENTS INCLUDED AND/OR ON FILE:

 

Location Map

 

CAO ANALYST:

 

Sonia M. De La Rosa