Print Reading Mode Back to Calendar Return
  Consent-Community Services   # 18.       
Board of Supervisors   
Meeting Date: 06/04/2019  
Brief Title:    2018 Pavement Preservation Project
From: Taro EchiburĂș, Director, Department of Community Services
Staff Contact: Ahmad Aleaf, Associate Civil Engineer, Department of Community Services, x8437
Supervisorial District Impact:

Subject
Approve as complete the construction work on the 2018 Pavement Preservation Project performed under Agreement 5555-2019-3011-LAMON by Lamon Construction Co., Inc. (No general fund impact) (Echiburú/Aleaf)
Recommended Action
  1. Approve as complete the construction work on the 2018 Pavement Preservation Project performed under Agreement 5555-2019-3011-LAMON by Lamon Construction Co., Inc.;
     
  2. Approve Change Order No. 2 for the 2018 Pavement Preservation Project with Lamon Construction Co., Inc., and authorize the Director of Public Works to sign it; and
     
  3. Authorize the Director of Public Works to sign and record the Notice of Completion of the 2018 Pavement Preservation Project.
Strategic Plan Goal(s)
Operational Excellence
Thriving Communities
Flourishing Agriculture
Reason for Recommended Action/Background
Lamon Construction substantially completed construction of this project on November 15, 2018, in accordance with the contract plans and specifications.  The Board of Supervisors’ approval of the change order, acceptance of the work, and authorization for the Director of Public Works to record the Notice of Completion, will allow the project to be closed out and final payment to be made to the contractor.
 
Background

The County Roads (CR) where pavements were improved are located throughout the County as shown on the attached location map (Attachment A) and listed below:
 
CR 14 from CR 85 to CR 13
CR 13 from CR 14 to State Route 113
CR 85 from State Route 16 to CR 14
2nd Street in Yolo from CR 99W to Clay Street
 
On road segments where the pavement had far exceeded its design life, pavements were replaced.  The pavement replacement work included three basic strategies, depending on the condition:
  1. Grind and remove the top layer of pavement and repave with asphalt concrete.
  2. Dig out and repair failed areas and overlay with asphalt concrete.
  3. Completely pulverize pavement in-place, add supplemental aggregate base, grade, compact and repave with asphalt concrete.
These strategies were followed by road shoulder work to conform to existing road grades and driveways.
 
On road segments where the pavement life could be extended, the treatment included digging out and replacing failed areas, crack sealing, and then chip sealing the entire road surface. The chip seals segments were not located on signed bicycle routes.

Change Order No. 2 (Attachment D) is necessary to document that the asphalt material used for the overlay surfaces was tested to be outside of several project asphalt concrete specification characteristics.  Both the County and Lamon’s geotechnical consultants expressed guarded confidence in the quality of the placed asphalt material and did not recommend removal of the material, because the compaction quality of the material was good throughout the ten miles of overlay road segments.  The County consulted with the University of California, Davis, Pavement Research Center, to inquire as to possible recommendations for a payment reduction due to this unique situation.  The UCD staff provided feedback on a possible method to assess a payment deduction due to the specification testing differences.  County staff utilized this method to propose a settlement amount to be credited back to the project and requested additional warranty coverage for the material by the contactor.  Change Order No. 2 documents the agreed settlement amount ($225,000), and that Lamon will provide a total of three years of warranty coverage on the asphalt material (until June 3, 2022, if approved).
Collaborations (including Board advisory groups and external partner agencies)
Caltrans
California Northern Railroad
UC Davis Pavement Research Institute
Competitive Bid Process
The competitive bid process was completed in accordance with State law. The project was advertised on April 24, 2018, and bids were opened and read publicly at the Department of Community Services on May 24, 2018.  Four bids were received at the bid opening on May 24, 2018, ranging from $5,322,875.77 to $6,642,000.00.
 
  1. Lamon Construction Co., Inc.        $5,322,875.77
  2. A. Teichert & Son, Inc.                   $5,421,000.00
  3. Northwest Paving, Inc.                   $5,798,775.50
  4. Martin Brothers Construction         $6,642,000.00

Lamon Construction was the lowest bidder and following receipt of the contractor’s bond and insurance certificates, the contract was executed on June 27, 2018.

Fiscal Impact
Fiscal impact (see budgetary detail below)
Fiscal Impact (Expenditure)
Total cost of recommended action:    $   5,150,442
Amount budgeted for expenditure:    $   6,900,000
Additional expenditure authority needed:    $   0
One-time commitment     Yes
Source of Funds for this Expenditure
$6,900,000
Explanation (Expenditure and/or Revenue)
Further explanation as needed:
A total of $6,900,000 was budgeted in the FY18-19 Road Fund budget for the 2018 Pavement Preservation Project.  Senate Bill 1 (SB 1), the Road Improvement and Accountability Act of 2017, provided $1.39 million towards this project, with the balance funded from Road Fund reserves.
Attachments
Att. A. Location Map
Att. B. Notice of Completion
Att. C. Project Photos
Att. D. Change Order

Form Review
Inbox Reviewed By Date
Todd Riddiough (Originator) Todd Riddiough 05/20/2019 03:10 PM
Financial Services bporter 05/23/2019 03:10 PM
County Counsel Hope Welton 05/28/2019 10:21 AM
Form Started By: Todd Riddiough Started On: 05/07/2019 04:15 PM
Final Approval Date: 05/28/2019

    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.