Loading...
HomeMy WebLinkAbout4.06 Sidewalk & Curb SafetyOy ,,�� CITY CLERK 82 File # ❑❑ ©❑'© S❑ AGENDA STATEMENT CITY COUNCIL MEETING DATE: May 19, 2009 SUBJECT: Award of Bid — Contract No. 09-06, 2008-2009 Annual Sidewalk Safety Repair Program and Curb Ramp Installation Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) Bid Results 2) Resolution of Award RECOMMENDATION: 1) Adopt the Resolution awarding Contract No. 09-06, 2008- 2009 Annual Sidewalk Safety Repair Program and Curb Ramp Installation, to Maxistone, Inc., dba Maxicrete, Inc.; ry and 2) Authorize the City Manager to approve a potential Change Order in an amount not to exceed $32,300 for the installation of additional curb ramps and sidewalk replacement. FINANCIAL STATEMENT: The total amount of the base bid to be awarded is $76,290.50. Project Funding Source Budget For Low Bid With Improvements Contingency Sidewalk Safety Repair (94250) General Fund $ 65,000 $33,890.50 Contingency 10% 3,389.05 Sub -Total $37,279.55 ADA Transition Plan / Curb Ramps General Fund $ 30,000 (93917) $23,100.00 Contingency 10% 2,310.00 Sub -Total $25,410.00 Bike Lane Amador Valley Blvd Traffic Impact Fees $ 10,512 $ 10,512.00 (96778) Electrical workfor the #300 (after signal) project under a separate contract 42,243 8,788.00 Measure B Bike/Ped $19,300.00 Contingency 10% (Measure B) #227 1,930.00 Sub -Total $52,755 $21,230.00 GRAND TOTAL 3 PROJECTS: $147,755 $83,919.55 COPY TO: Maxicrete, Inc. Page 1 of 2 ITEM NO. 44 ' (o O�V G:\CIP\SIDEWALK\2008-2009\Agenda Statement Award of Bid rev..doc DESCRIPTION: On April 7, 2009, the City Council authorized Staff to solicit bids for Contract No. 09-06, 2008-2009 Annual Sidewalk Safety Repair Program and Curb Ramp Installation. The Annual Sidewalk Safety Repair Program (Remove and Replace) repairs sidewalk offsets of 3/4-inch or more that may pose a tripping hazard. The remove and replace process is used in locations where the offset is more significant or where tree roots are causing the offset. This procedure requires the removal of the existing sidewalk and, in the case of root problems, removal of the tree roots, and then replacement of the concrete sidewalk. When a resident or field personnel report a sidewalk offset of 3/4-inch or more, maintenance staff take pictures of the offset, construct a temporary ramp at the offset, and take another picture. While maintenance of sidewalks and other frontage improvements is legally the responsibility of the private property owner, the City Council has adopted aCity-paid sidewalk repair program on a year-by-year basis since 1983. At the budget hearing for Fiscal Year 2008-2009, the City Council extended the City-paid repair program for an additional year. Once the temporary repair is made, Staff inform the resident that the responsibility for the repair is theirs, but also inform them that Staff will document the site for potential inclusion in the Sidewalk Safety Repair Program. There is an ongoing list of needed sidewalk safety repairs and each year that funding is available, Staff prioritizes the list based on the severity of the offset. If bids received are less than the engineer's estimate, Staff recommends to the City Council that additional improvements be constructed within the adopted budget to reduce the amount of sidewalk repairs and curb ramps still needed in the City. This year's Sidewalk Safety Repair Program will also include the construction of approximately 11 pedestrian curb ramps. The ramps are funded through the General Fund as identified in the ADA Transition Plan (CIP No. 93917). A total of $10,000 for this project was provided by a Safety Grant from the City's insurance provider (ABAG PLAN). Retrofitting 30 existing ramps along Amador Valley Boulevard is part of the Bike Lane - Amador Valley Boulevard Corridor Capital Improvement Program (CIP No. 96778) as it is necessary to bring the ramps into conformance with current ADA requirements. This retrofit work is being included with the Annual Sidewalk Safety Repair Program (CIP No. 94250) as the work is similar, and combining the project elements will be acost-savings measure. A total of 7 bids were received for this project (Attachment 1). The low bid of $76,290.50 was submitted by Maxistone, Inc., dba Maxicrete, Inc. Since adopting the ADA Transition Plan (2006), the City has installed 26 curb ramps and is making every effort to bring the City into compliance as quickly as possible. There are 1,452 ramps remaining for either full construction, or modification. Since the amount budgeted for this project is $125,000, it is proposed to take advantage of the low bid prices by increasing the number of curb ramp installations and adding more locations for sidewalk replacement. Staff will identify the sites and locations for the curb ramps and sidewalk repairs, and will then confirm the cost with the contractor based on the low bid prices. With the City Council's authorization, the City Manager can approve a Change Order in an amount not to exceed $32,300 to cover this additional work. RECOMMENDATION: Staff has reviewed the bid results, checked references, and recommends that the City Council 1) adopt the Resolution awarding Contract No. 09-06, Fiscal Year 2008-2009 Annual Sidewalk Safety Repair Program and Curb Ramp Installation to Maxistone, Inc., dba Maxicrete, Inc.; and 2) Authorize the City Manager to approve a potential Change Order in an amount not to exceed $32,300 for the installation of additional curb ramps and sidewalk replacement. Page 2 of 2 SUMMARY OF BID RESULTS -April 28, 2009 ~- I, __- G _ _ - _ - - -_ CONTRACT 09-06, 2008-2009 SIDEWALK SAFETY REPAIR PROGRAM AND CURB RAMP INSTALLATION ' '~ --- - --- ~- - -- ~ _ _ I _R_OTHERS ENGINEER' M~ ETE, INC. AJW CON TOTAL PR CE UN T PRICE TOTAL ITEM ITEM DESCRIPTION I~ MEASURE QTY UNIT PRICE TOTAL PRICE PRICE _ I SF _ 3,367 $ _12.00 $ 40,404.00 UNIT PRICE ~ TOTAL _PRICE II UNIT PRICE ~- I~ -- _ _ - `_- _- _~-- --~ - _.$ -_8.50 $ _-28,619.50 $ 10.00 I $ 33,670.00 - -- - - - 2 ;Saw Cut Concrete & Re lace ~ LF 1,128 I _$ 12.90 I $ 37,037.00 $ 3.75 $ 4,230 00 $ 450.00 $ 50.00 $ 3,384.00 '~ $ 3,271.20 ( ( P _p) ) ~ - $ 2,256.00 $ 3.00 $ 500.00 ' $ 50.00 $ __5.00._00 $ 45.00 _ 4 ACrPavunefRemove & ee lac) _ LF 10 $ - $ $ 300.00 $ 10.00 $ 100.00. $ 20.00 $ 200.00 R lace LF r 10 $ 30.00 $ 300.00 ~ $ 30.00 - 9~ -- P( P ) -_ i- -- - - ~ - - - - -~_- - 6 4'x3 Truncated dome ads retrofit - EA _ 27 $ _900.00. $ 24,300.00 $ __500.00 $ 13,500.00 $ 1,700.00 $ 18,700.00 I $ 1,950.00 ~ $ 21,450.00 5 Pedestrian Curb Ram CD-105 EA 11 $ 2,500.00 $ 500.00_ $ 500.00 $ 456.00 $ 456.00 7 5'x3' Truncated dome- ads retrofit EA 1 $ 1,000.00 $ 21,000.00 $ 2'600.00. $ 23 600 0 $ 500.00 $ 13,500.00 $ 350.00 ~ $ 9,450.00 8 10'x3' Truncated dome ads retrofit EA ~ 4 '' $ 1,400.000 ' $ 5,600.00 $ 700.00 $ 2,800.00 1 $ 850.00 $ 3,400.00. $ 900.00 ' $ 3,600.00 P ( ) _ - - --_ (- p) _ ~--- - - _ $ 1,200.00 ! $ 50.000 200.00 ' $ 300.000 $ 1,200.00 P ~ P_) _- _-_- __+ $ 200.00 $ 800.00 I $ 300.0_0 - - _ - _ _ $ 480.0.0 O Srdewalk Remove & Rem ace rams SF 151 '. $ 220.00 $ 3,020.00 ~ $ 300.00 $ 2 265.00 $ 105.00 $ 2,265.00 ', $ 115.00 ' $ 2,265.00 - $ 15.00 ( -- P- Exposed Aggregate __ _ _ _~ - _ ,I - ~ _ - - - - - ~ $.- 76,290.50- - _ I $ 76,619.00 - - - TOTAL: $ 108,404.00 '' _- -$ 79,909.20 -- - -, _ - - ---- ~- - fi-- _ - - - _ - -- - - -- -- - - i-- 1 TI - - ENGINEERING JJR CONSTRUCTION FBD VA -- OMPANY SPOSETO -_ _ __- TOTAL -- -- -- it _ S.R.P. C -- -__ -- -- NGUARD BID UNIT OF ITEM DESCRIPTION MEASURE QTY UNIT_ PRICE TOTAL PRICE I TOTAL PRICE ITEM '' -- -- - 12.70 42 760.90 ~ 15.80 UNIT PRICE TOTAL PRICE UNIT PRICE ' _PRICE 1 Sidewalk (Remove & Replace) SF 3,367 $ $ ~_ NIT PRIC $ 53,194.40 1_.052 r$ 38,888.85 $ 14.85 $ 49,999.95 2 Saw Cut Concrete LF 1,128 -- $ 2.30 $ 2,59 ~ 69.45 I $ 7'918.56 } $ 900.00 - - _ j - -_ _ - - - $-_ ~ -.- - - - .-- --- - -- -t- - $ 90.00 $ 7,783.20 3_ Curb/Gutter (Remove & Replace) _ LF ~ 10 $ 56.50 $ 5 565.00 ~ $ 85.00 ~ $ 850.00 $ _ 34.75 $ 694.50 $ 6.90 4 rAC Paving (Remove & Replace) LF 10 ' $ 43.50 ' $ _ 435.00 $ 26.00 $ 260.00 ; $ 347.50 $ _ 40.00 ' $ 400.00 _ 5 Pedestrian Curb Ram CD-105 EA _ - - 11 $ 1,810.00 I-$ 19,910.00_$_ 1,840.00 $ 20,240.00'' $ 2,3.40.00 $ 25,740.00 6 4x_3_' Truncated dome pads (retrofit) t-- -EA !I 27 I $ 9,180.00 $ 419.00 $ 11,313.00 $ 2 550.00__ $ 14,850.00 _ ~ $ 8,100.00 P( ( ) ) $ 340.00- _ - - - - - - $ 300.00 _ $ 470.00 $ 519.00 $ 519.00 $ 1375.00+$ 5,500.00 _ - _~ 8 j 10'x3TTruncated dome aadsreetro'fit EA 4 $ 720 000 ~~ { - $ 685.00 $ 325.00 '~ $ 325.0_0 p ( ) t $ 2,880.00 ~ $ 1,056.00 $ 4,224.00 $ 685.00 $ 195.000 2,740.00 - -- _- _ _ I _-- - - _ -- ~ _ $ 685.00 f $ 780.00 9 ~ ill Concrete Grooves at curb rams EA 4 $ 180.00 $ 720.00 I $ 390.00 $ 1,560.00 $ 200.000 $ 800.00 $ 18.95 $ 2,861.45 ~ i 10 _ Grind AC Lip (at curb ramps) P) - _ EA 4 $ _ 250.00 $ 1,000.00 $ 242.00 ~ $ 968.00 $ _ 200.00 $ 800.00 ~ $ 471.00 ~ $ 1,884.00_ _ _ Sidewalk Remove & Re lace SF ~ 151 $ 22.00. $ 3,322.00 ' $ 9.10 $ 1,374.10 $ 13.00. $ 1,963.00 l _ -- - Exposed Aggregate __ ___ _ '~ TOTAL:' '~ ' $ 86,713.70 $ 97,101.10 ~ $ 97,747.41 $101,513.60 S ~ ~ r' RESOLUTION NO. - 09 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT N0.09-06, 2008-2009 ANNUAL SIDEWALK SAFETY REPAIR PROGRAM AND CURB RAMP INSTALLATION TO MAXISTONE, INC., DBA MAXICRETE, INC. WHEREAS, the City of Dublin did on April 28, 2009, publicly open, examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for Contract No. 09-06, 2008-2009 Annual Sidewalk Safety Repair Program and Curb Ramp Installation, authorized by the City Council on April 7, 2009, 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 reviewed the bids to determine the lowest bid which was responsive to the requirements of the bid documents; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract No. 09-06, 2008-2009 Annual Sidewalk Safety Repair Program and Curb Ramp Installation, to the lowest responsible bidder therefor, to wit, Maxistone, Inc., dba Maxicrete, Inc., at a bid of Seventy-Six Thousand, Two Hundred, Ninety Dollars, and Fifty Cents ($76,290.50), the particulars of which bid are on file in the office of the Public Works Director. BE IT FURTHER RESOLVED that the Mayor is authorized to execute the Agreement. PASSED, APPROVED AND ADOPTED this 19th day of May, 2009, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: City Clerk G:\CIP\SIDEWALK\2008-2009\Resolution of Awazd.DOC Mayor ~rr~r z.