Loading...
HomeMy WebLinkAbout4.09 Sidewalk Safety Repair or 19 82 STAFF REPORT CITY CLERK ` CITY COUNCIL File #600-35 DATE: June 2, 2015 TO: Honorable Mayor and City Councilmembers FROM: Christopher L. Foss, City Manager " SUBJECT: Award of Bid — Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation Prepared by William Lai, Assistant Civil Engineer EXECUTIVE SUMMARY: The City Council will consider awarding the bid for Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation, to JD Partners Concrete. As part of the City's Annual Sidewalk Safety Repair Program, the City Council will also consider the adoption of a policy for the repair of public improvements deemed to be pedestrian hazards. The contract includes removal and replacement of approximately 3,200 square feet of damaged sidewalk, replacement of four (4) curb ramps to comply with current Americans with Disabilities Act Standards (ADA), and construction of new sidewalk, driveway, and curb ramps along the frontage of the Public Safety Complex. FINANCIAL IMPACT: The total approved budgeted funding for both projects including design, inspection, improvements, and other miscellaneous costs is $168,749. Of this amount, $146,972 from the General Fund is budgeted for the Annual Sidewalk Safety Repair Program and $21,777 from the General Fund is budgeted for the Americans with Disabilities Act (ADA) Transition Plan. The amount of the low bid is $74,717, however, this does not include the work along the frontage of the Public Safety Complex. An additional quote for $38,996 was received from the low bidder for the work along the Public Safety Complex bringing the total contract amount to $113,713. A contingency amount of $20,000 is requested for unforeseen construction issues, bringing the total contract cost to $133,713. The total amount budgeted for improvements is $148,332 leaving $14,619 of the budgeted amount anticipated to be unspent. RECOMMENDATION: Staff recommends that the City Council adopt the Resolution Awarding Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation, to JD Partners Concrete; and adopt the Resolution Establishing a Policy for the Repair of Public Improvements Deemed to be Pedestrian Hazards (City— Funded Repair Program) Page 1 of 3 ITEM NO. 4.9 "ubmitteb By Reviewed By Public Works Director Assistant City Manager DESCRIPTION: Annual Sidewalk Safety Repair Program The Annual Sidewalk Safety Repair Program will repair approximately 3,200 square feet of damaged sidewalk at various locations throughout the City. Locations were identified and prioritized based on public inquiries, severity of damage, pedestrian volumes, and proximity to schools/parks/senior centers. The work will include the complete removal and replacement of the damaged sidewalk. While maintenance of sidewalks and other frontage improvements is legally the responsibility of the adjacent private property owner, the City Council has adopted a City-funded sidewalk repair program on a year-by-year basis since 1983. The City Council, in adopting the Resolution Establishing a Policy for the Repair of Public Improvements Deemed to be Pedestrian Hazards (City — Funded Repair Program), (Attachment 1) accommodates property owners to make necessary sidewalk repairs or replacements. This policy (Attachment 2) is adopted as part of the Annual Sidewalk Safety Repair Program. This year, the project will also include the construction of a new sidewalk along the east side of Clark Avenue in front of the Public Safety Complex, a driveway with adjacent curb ramps compliant with ADA standards, and an on-site sidewalk along the Public Safety Complex drive aisle to connect to existing sidewalk at the front entry of the Alameda County Fire Administration Office. Americans with Disabilities Act (ADA) Transition Plan The Americans with Disabilities Act (ADA) Transition Plan will remove and reconstruct four (4) pedestrian curb ramps to meet current ADA standards. This annual project constructs improvements in accordance with the City's adopted 2006 ADA Transition Plan Update and continues the effort to bring the City into ADA compliance. Locations for this year's project were identified using the same methodology as for the identification of sidewalk locations. Bids Received A total of six (6) bids were received on April 1, 2015 and a summary of bids is provided in Attachment 3. The low bid of $74,717 was submitted by JD Partners Concrete. Subsequent to receiving the low bid, staff identified the need for the installation of new sidewalk, curb ramps, and a driveway in front of the Public Safety Complex. Due to the similarity of the nature of the work, Staff requested a quote from the low bidder for the work along the frontage of the Public Safety Complex. The quote (Attachment 4) was received on April 23, 2015 in the amount of $38,996, bringing the total contract value to $113,713. In order to save on staff time and bidding costs, staff is recommending that this additional bid be included in the award of Contract No. 15- 02. Staff has reviewed the bid results, checked references and necessary licenses, and Page 2 of 3 recommends that the City Council adopt the Resolution (Attachment 5) Awarding Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation to JD Partners Concrete, as the lowest responsive bidder. Construction for both projects is anticipated to begin in July and be completed by the end of August. A location map of the proposed sidewalk along Clark Avenue is included as Attachment 6. NOTICING REQUIREMENTS/PUBLIC OUTREACH: A copy of this staff report was sent to JD Partners Concrete. ATTACHMENTS: 1. Resolution Establishing a Policy for the Repair of Public Improvements Deemed to be Pedestrian Hazards (City — Funded Repair Program) 2. Exhibit A to Resolution Establishing a Policy for the Repair of Public Improvements Deemed to be Pedestrian Hazards (City — Funded Repair Program) 3. Bid Results 4. Quote for Work Along the Frontage of the Public Safety Complex 5. Resolution Awarding Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation, to JD Partners Concrete 6. Location Map of New Sidewalk Page 3 of 3 RESOLUTION NO. - 15 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ESTABLISHING A POLICY FOR THE REPAIR OF PUBLIC IMPROVEMENTS DEEMED TO BE PEDESTRIAN HAZARDS (CITY-FUNDED REPAIR PROGRAM) WHEREAS, public improvements such as curbs, gutters, driveways, and sidewalks sometimes become damaged due to natural and man-made causes; and WHEREAS, these damaged improvements occasionally become tripping hazards to pedestrian traffic; and WHEREAS, it is in the best interest of safety to have these hazards eliminated; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin establishes a policy, attached hereto as Exhibit "A," of the City of Dublin for Fiscal Year 2014- 2015 and 2015-2016 entitled, "Policy for the Repair of Public Improvements Deemed to be Pedestrian Hazards — City of Dublin Annual Sidewalk Safety Repair Program Fiscal Year 2014- 2015 and 2015-2016" PASSED, APPROVED AND ADOPTED this 2nd day of June, 2015, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk G:ICIYSIDETVALKI2014-2015 1RESO podicy.doc EXHIBIT "A" OF RESOLUTION -15 POLICY FOR THE REPAIR OF PUBLIC IMPROVEMENTS DEEMED TO BE PEDESTRIAN HAZARDS - CITY OF DUBLIN ANNUAL SIDEWALK SAFETY REPAIR PROGRAM FISCAL YEAR 2014-2015 and 2015-2016 It is the policy of the City of Dublin to cause repairs to be made to certain public improvements for the safety of the general public under the following guidelines. Improvements Included: Public improvements included under this program shall be limited to those improvements which may constitute a potential tripping hazard to pedestrian traffic such as curbs, gutters, driveways, and sidewalks. Need: Where these improvements have settled, heaved and/or cracked and offset such as to represent tripping hazards as identified by the Public Works Director, or a representative, these improvements shall be replaced. Responsibility: Where it is apparent that the damage to improvements has been caused by natural causes, such as tree roots, utility trench settlement, or soil heaving, the City of Dublin will pay for the cost of repair. Where it is apparent that the property owner fronting the damaged improvement has caused the damage, such as driving vehicles into a side yard, the property owner shall be responsible for the repair. The Public Works Director shall establish a procedure whereby the property owner will be notified of the needed repair, and if not done in a specified reasonable time, the Public Works Director shall cause the repair to be made and the cost of the repair, together with reasonable administrative costs, shall become a lien against the property. Time Limit of Policy: This policy shall be in effect for Fiscal Year 2014-2015 and 2015-2016 and thereafter be reviewed for extension, modification, or replacement. Legal Responsibility: The City of Dublin, in adopting this policy, does so as an accommodation to property owners to make these necessary sidewalk repairs. The City will let one contract for the repair of those defective sidewalks which have been brought to the attention of the City by the property owners (or others), and that have an offset of over three-quarters of an inch (3/4") measured vertically, within the budget available to do so. The existence of this program does not abrogate the responsibility of the property owners to maintain their frontage improvements in a safe manner under Section 5610 of the California Streets and Highways Code. Property owners and persons in possession of property are required to maintain adjacent public sidewalks in a safe condition per Dublin Municipal Code Section 7.04.420 of Article 4, Chapter 7.04 of Title 7. o a o 0 o a F �n cDOOo J J W O a(D O O T y OFa 6ac in n Q u}u}u}u}u} » z U �cn000 W a o 0 0 W U M N O Z O W(D(D O O O N .o U � �000 ri N OJ O O O O J W LL m 0. O O N O n O) a 0 0 Ii FW Q O)N - (D Q U F U ZZ u}u}u}u}u} Fa O U N a 0 0 0 W D h OJ O J Z U N (D O O J �LL a O U3 U3 U3 U3 U3 W O O O O O O ()O O O O O O _ LL �cDamo n U F 7 T F y Z W 000cno O U �noocoo U cnooao of a q � F � z �14�14�14�14�14� w w o 0 0 0 0 0 OWC p�^�N ^OO n 8i U LLrnarnco o n m O Qaa � N � `o U p U y F- m w W O o 0 0 o V Z U o 0 0 0 0 Fm m ui ri ui oo ; O D z m Q J O O O O O O J O O O O O O F F V 0 N W N N a ? 7 O LL OJ N A M Ch a a z U3 U3 U3 U3 U3 6RT a Q o[ > 00000 m mF W �n0000 U p=aNUioo � LL Z D U3 U3 U3 U3 U3 Z Q 0 0 0 0 0 0 0 0 0 0 0 0 J wo�cn000 a O OFLL � �nN � � n 0 a fly U3 U3 U3 U3 fH m LL y UcD auioo F14� W M a N a QF m 7 N y C, h Y Q LL N O y NWQ Z CO J J J W y 7 J J J m z a O Q m U O m Ir-- F N F cr US o J o a� N m o E o N It U > m o Ir w fA o D m E > OC N E m U p m 0 `- U Z Lu LL a W U �m O F t flfz } U o 3 Z min UUU F Z W N ch a in N U m t JD Partners Concrete Estimate PO Box 2623 Fremont, CA 94536 Name/Address City of Dublin 100 Civic Plaza Dublin, CA, 94568 925-829-9248 Date Estimate No. Project 04/23/15 244A Item Description Quantity Cost Total Job Location: Clark Ave Dublin 2,600 0.00 0.00 2 This does not include sprinkler system repair. we 0.00 0.00 will off haul all debri 1 1)Two curb ramps installed approx 400 Sq Ft 2 5,000.00 10,000.00 1 2)2,200 sq ft of sidewalk and driveway 2,200 13.18 28,996.00 Total $38,996.00 RESOLUTION NO. - 15 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT NO. 15-02, ANNUAL SIDEWALK SAFETY REPAIR PROGRAM AND CURB RAMP INSTALLATION TO JD PARTNERS CONCRETE WHEREAS, the City of Dublin did, on April 1, 2015, publicly open, examine, and declare all sealed bids for doing the work described in the approved Specifications and Modifications for Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation, which 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, the City of Dublin did, on April 23, 2015, receive a quote for additional work associated with Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation; 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. 15-02 up to the contingency amount of$20,000. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract No. 15-02, Annual Sidewalk Safety Repair Program and Curb Ramp Installation, to the lowest responsible bidder therefore, to wit, JD Partners Concrete. at a total bid of One Hundred Thirteen Seven Hundred Thirteen Dollars and Zero Cents ($113,713.00), 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 authorize the City Manager or his designee to approve the project Contract Change Orders based on the appropriated funds designated for Contract No. 15-02 up to the contingency amount of$20,000. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Agreement. PASSED, APPROVED AND ADOPTED this 2nd day of June, 2015, by the following vote- AYES- NOES- ABSENT- ABSTAIN: Mayor ATTEST: City Clerk .� \ |� i 7 : s 7 \ - E k � � f \ (3\ $ \ — )/\ W4 J\\ Q CL ~ f §\ . E 0 5\ / \ ~ \ 4-0 § . \\\ U b-0 /ff C / 0 R / v � r� � u Z Z = z = . 2 E 2 E J 2 \ \ \ \ �' / j / j z U � 4.0 �Q \ 2 �� . § . . CL ° \ u� p . Q4"! M \ / L