Loading...
HomeMy WebLinkAbout4.2 Amador Vly Crosswlk Improvor 19 82 /ii � 111 DATE: May 6, 2014 TO: FROM: SUBJECT STAFF REPORT CITY COUNCIL Honorable Mayor and City Councilmembers CITY CLERK File #600 -35 Christopher L. Foss, City Manager " Award of Bid - Contract No. 14 -01 Crosswalk Improvements at Amador Valley Boulevard (between Regional Street and Starward Drive) Prepared by William Lai, Public Works Technician 11 EXECUTIVE SUMMARY: The City Council will consider awarding a bid for the Crosswalk Improvements at Amador Valley Boulevard project (between Regional Street and Starward Drive). Improvements include the installation of pedestrian actuated flashing beacons (Rectangular Rapid Flashing Beacons), construction of median and driveway improvements, extension of landscaping and improvement of signing and striping to minimize traffic conflicts and improve pedestrian safety. FINANCIAL IMPACT: The total approved appropriations for this project is $178,400, including design and construction. Of this amount, $146,100 is the remaining amount available in the project budget for construction ($142,000) and inspection ($4,100). The total amount of the base bid (Low Bid) to be awarded is $155,530 and allowing for a contingency amount of $15,000, would create a total contract cost of $170,530 as detailed in the table below. Unused funds from CIP ST5114 Annual Slurry Seal Program FY 13 -14 in the amount of $24,270 will be reallocated to this project. Staff is proposing to reallocate the remaining shortfall of $4,260 from available Measure B Local Streets and Roads funds. Since this is a pedestrian improvement project, use of this funding source is appropriate. There will be no impact to the General Fund. Page 1 of 2 ITEM NO. 4.2 Transfer from CIO Budget Budget For Annual Slurry Change Low Bid with Funding Source ImproVernents' Seal Program FY Required Contingency 13- 14,(ST114) Transportation Development $142,000 $0 N/A $ 142,000 Act- Article 3 (Fund 2203) Measure B Bike and Pedestrian $0 $24,270 N/A $24,270 (Fund 2205) Measure B Local Streets $0 $0 $4,260 $4,260 and Roads (Fund 2204) TOTAL: $ 142,000 $24,270 $4,260 $ 170,530 Page 1 of 2 ITEM NO. 4.2 RECOMMENDATION: Staff recommends that the City Council: 1) Adopt a Resolution Awarding Contract No. 14 -01, Crosswalk Improvements at Amador Valley Boulevard (between Regional Street and Starward Drive) to Tennyson Electric, Inc. as the lowest responsible bidder; and 2) Approve the Budget Change. "ubmitte` By Public Works Director DESCRIPTION: '\ Reviewed By Assistant City Manager On March 19, 2013, the City Council approved a new Capital Improvement Project, Crosswalk Improvements at Amador Valley Boulevard between Regional Street and Starward Drive (Attachment 1). The project will improve pedestrian safety in the crosswalk by installing Rectangular Rapid Flashing Beacons (RRFBs) to improve driver awareness of pedestrians, modifying the center median to minimize traffic conflicts, modifying adjacent driveways to comply with the Americans with Disabilities Act (ADA), and other miscellaneous improvements. A total of two (2) bids were received on April 10, 2014 and a summary of bids is provided in Attachment 2. The low bid of $155,529 was submitted by Tennyson Electric, Inc. Because this bid was higher than the budgeted amount, Staff has reviewed bid results from neighboring municipalities and it appears these bid prices are consistent with similar projects. Staff has reviewed the bid results, checked references and necessary licenses, and recommends Tennyson Electric, Inc. as the lowest responsive bidder. The current budget for construction includes funding from the Transportation Development Act — Article 3 (TDA — Article 3) totaling $142,000. Staff is proposing a contingency amount of $15,000 to the contract amount of $155,530 bringing the total contract amount to $170,530. $24,270 of unused funds from CIP ST 5114 Annual Slurry Seal Program FY13 -14 will be reallocated to help fund this project's improvements. In order to fund the remaining balance of the improvement costs, Staff is proposing a budget change (Attachment 3) of $4,260 from available Measure B Local Streets and Roads funds. To facilitate the approval of contract change orders and to avoid construction delay, the proposed Resolution (Attachment 4) includes language to authorize the City Manager to approve change orders up to the contingency amount of $15,000. NOTICING REQUIREMENTS /PUBLIC OUTREACH: A copy of this staff report has been sent to Tennyson Electric, Inc. ATTACHMENTS: 1. Location Map 2. Bid Results 3. Budget Change Form 4. Resolution awarding Contract No. 14 -01 Crosswalk Improvements at Amador Valley Boulevard (Between Regional Street and Starward Drive) Page 2 of 2 Location Map � W To Starward * " Dr. h 0 1 S f N Not to Scale BID RESULTS: CROSSWALK IMPROVEMENTS AT AMADOR VALLEY BOULEVARD (BETWEEN REGIONAL STREET AND STARWARD DRIVE) CONTRACT#14-01 THURSDAY,APRIL 10, 2014 AT 1:00P.M. *1. Tennyson Electric $155,528.50 -Apparent Low Bidder 2. Sposeto Engineering $218,712.70 CITY OF DUBLIN FISCAL YEAR 2013 -14 BUDGET CHANGE FORM Budget Change Reference #: REASON, N FOR, BUDG' ET CHANGE, Budget adjustment for Crosswalk Improvements at AVB (between Regional & Starward) improvement- st1413 Posted By: CAUsers \agenda \Desktop \4.2 attch 3 4.2 attch 3 As Presented at the City Council Meeting 5/6/2014 Date: RESOLUTION NO. - 14 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT NO. 14 -01, CROSSWALK IMPROVEMENTS AT AMADOR VALLEY BOULEVARD (BETWEEN REGIONAL STREET AND STARWARD DRIVE) TO TENNYSON ELECTRIC INC. WHEREAS, the City of Dublin did, on April 10, 2014, publicly open, examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for Contract No. 14 -01, Crosswalk Improvements at Amador Valley Boulevard (Between Regional Street and Starward Drive), which Plans, Specifications, and Modifications are hereby expressly referred to for a description of said work and for all particulars relative to the proceedings under the request for bids; and WHEREAS, said bids were submitted to the Public Works Director, who has recommended that the bid hereinafter is the lowest and best bid for doing said work; and WHEREAS, in order to meet the total contract costs including contingency of $170,530, it is proposed that $24,270 of unused Measure B Bike and Pedestrian funds currently allocated for CIP ST5114 Annual Slurry Seal Program FY 13 -14 be reallocated to this project; and WHEREAS, in order to meet the remaining contract costs, it is proposed that $4,260 from available Measure B Local Streets and Roads funds be allocated to this project; and WHEREAS, in order to facilitate the approval of project Contract Change Orders and avoid construction delay, it is proposed that the City Council authorize the City Manager or his designee to approve Contract Change Orders based on the appropriated funds designated for Contract No. 14 -01 up to the contingency amount of $15,000. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract No. 14 -01, Crosswalk Improvements at Amador Valley Boulevard (Between Regional Street and Starward Drive), to the lowest responsible bidder therefore, to wit, Tennyson Electric Inc. at a bid of One Hundred Fifty Five Thousand Five Hundred Twenty Eight Dollars and Fifty Cents ($155,528.50), the particulars of which bid are on file in the Office of the Public Works Director. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby reallocate $24,270 of unused Measure B Bike and Pedestrian funds currently allocated for CIP ST5114 Annual Slurry Seal Program FY 13 -14 to this project. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby allocate $4,260 of available Measure B Local Streets and Roads funds to this project. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby authorize the City Manager or his designee to approve the project Contract Change Orders based on the appropriated funds designated for Contract No. 14 -01 up to the contingency amount of $15,000. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Agreement. PASSED, APPROVED AND ADOPTED this 6th day of May, 2014, by the following vote- AYES- NOES- ABSENT- ABSTAIN- ATTEST- City Clerk Mayor