Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW ADA Curb Ramps 2015-16; Coastside Concrete (removed)Agenda Item No: 3_f
Meeting Date: November 16, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Director of Public Works (SG) City Manager Approval:
File No.: 16.01.281
TOPIC: AWARD A CONTRACT FOR CONSTRUCTION OF THE ADA/DOJ CURB RAMPS
2015-2016 PROJECT
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR CONTRUCTION OF THE ADA/DOJ CURB
RAMPS 2015-2016 PROJECT, CITY PROJECT NO. 11263, TO COASTSIDE
CONCRETE AND CONSTRUCTION, INC., IN THE AMOUNT OF $187,750.00,
AUTHORIZING THE EXPENDITURE OF UP TO $22,500.00 (12%) FOR PROJECT
CONTINGENCIES, AND AUTHORIZING AN ADDITIONAL $50,136.00 FOR
EXTRA WORK FOR A TOTAL AUTHORIZATION OF $263,504
RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the
construction contract to Coastside Concrete and Construction, Inc. in the amount of $187,750.00 and
authorizing a total project expenditure amount of $263,504.
BACKGROUND: In August of 2004, the City of San Rafael entered into a Settlement Agreement with
the Federal Department of Justice (DOJ) to address a lack of compliance with the Americans with
Disabilities Act (ADA) and related accessibility issues in City -owned facilities and the public right-of-
way. A section of the Agreement calls for the City of San Rafael to construct curb ramps or sloped areas
at any intersection to provide access for pedestrians. In 2004, Public Works identified a backlog of 797
curb ramps requiring construction.
The proposed project includes construction of nine new ADA compliant curb ramps and storm drainage
improvements. All nine locations are specifically included in the backlog of 797 ramps required by the
DOJ Settlement Agreement. To date, 425 of the 797 ramps have been constructed. Four additional
locations are currently scheduled for construction as part of the new Loch Lomond development. The
DOJ has approved the removal of 29 locations from the required list, and 12 locations are located on steep
hillsides where construction of a ramp would essentially make the area more dangerous than the current
condition. After completion of this project, 318 remaining locations will require curb ramp construction
in accordance with the requirements of the Settlement Agreement.
FOR CITY CLERK ONLY
File No.: 4-1-672
Council Meeting: 11/16/2015
Disposition: Removed from agenda
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 2
In keeping with our standard practices, Public Works staff conducted a multi -modal study of the locations
specific to this project to ensure that the most reasonable facilities for all modes of travel were included in
the project design. The study was completed on October 27, 2015.
The ADA -DOJ Curb Ramps 2015-2016 project has been determined to have no significant effect on the
environment and is therefore categorically exempt from environmental documents. A Notice of
Exemption was filed at the Marin County Clerk's Office on October 28, 2015.
The project was advertised in accordance with San Rafael's Municipal Code on October 14, 2015. The
engineer's estimate was $240,000.00. The following bids were received and read aloud on November 4,
2015, at 11:30 AM:
NAME OF BIDDER
AMOUNT
Coastside Concrete and Construction, Inc.
$187,750.00*
FBD Vanguard Construction
$210,050.00
Maggiora & Ghilotti, Inc.
$222,222.00
Ghilotti Bros., Inc.
$254,379.00
WR Forde Associates
$255,555.00
Darren Taylor Construction, Inc.
$279,332.00
JJR Construction
$279,937.00
*At the time of the bid opening, the bid from Coastside Concrete & Construction, Inc. was read
as $184,250. However, upon evaluation of the unit prices, the Contractor made an arithmetical
error in the bid tabulation and the actual bid was for $187,750 as noted in the table above.
ANALYSIS: The referenced bids have been reviewed by Public Works staff and the bid from Coastside
Concrete and Construction, Inc. was found to be both responsive and responsible. The low bid from
Coastside Concrete and Construction, Inc. in the amount of $187,750.00 falls within the allocated project
budget.
It is important to note that once this project is completed, the City will still have a commitment to
construct 318 additional ramps in accordance with the settlement agreement. The average cost of ramps
for this project is $20,861.00, exclusive of contingencies, topographic surveys, design and plan
reproduction costs. Based on this average cost, the remaining commitment per the settlement agreement
is approximately $6.6 million which must be completed by February, 2019.
The funding source is the City's FY 15-16 Community Development Block Grant (CDBG) award of
$263,504.00. Subtracting expenses to date and document reproduction costs ($3,118.00) and the
Coastside bid of $187,750.00 plus a contingency of $22,500.00 leaves $50,136.00. Public Works
engineers have designed the nine ramps specific to this project, and have also designed 20 more ramps
pending the availability of additional funding. We therefore recommend utilizing the $50,136.00
described above to complete as many ramps as possible, which will be authorized through a contract
change order as approved by the Director of Public Works.
PUBLIC OUTREACH: Prior to commencement of construction, Public Works staff will send letters to
the property owners and residents of adjacent properties notifying them of the upcoming construction,
providing a link to the project website listing a detailed construction schedule, and providing a phone
number to call with any questions.
FISCAL IMPACT: To date, $2,117.75 has been charged to this project for the topographic surveying.
The remaining project expenditures include document reproduction, recordation of environmental
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 3
documents, construction to be performed by Coastside Concrete and Construction, Inc. and a
recommended contingency of approximately 12%. The total estimated contract amount is $210,250.00
($187,750.00 + $22,500.00). We also recommend authorizing the Public Works Director to expand the
scope to maximize the number of curb ramps given available funding. The following tables summarize
funding sources and expenses:
Fundine Source
Funding Source
Amount
Community Development Block Grant
$263,504
Total Available Funds
$263,504
Expenses
Category
Amount
Notes
Already Charged Expenses Subtotal
$2,118
Environmental document, topographic
survey
Remaining Expenses
Miscellaneous
$1,000
Estimated Document Reproduction, etc.
Construction Contract
$187,750
Base bid contract amount
Construction Contingency (Approx. 12%)
$22,500
Extra Work
$50,136
Additional Curb Ramps to be added
Total Project Cost
$263,504
OPTIONS:
1. Adopt the resolution awarding the contract to Coastside Concrete and Construction, Inc., the
lowest responsive and responsible bid, in the amount of $187,750.00, and authorizing additional
funding as set forth above. If this option is chosen, construction will commence as soon as
possible.
2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding
will delay construction until the spring of 2015, and grant funding may be jeopardized.
3. Do not award the contract and direct staff to stop working on this project. If this option is
chosen, the City will still be required to construct these ramps in the future as part of the DOJ
Settlement Agreement.
ACTION REQUIRED: Adopt the resolution awarding the construction contract to Coastside Concrete
and Construction, Inc. in the amount of $187,750.00, authorizing the expenditure of up to $22,500 for
project contingencies and authorizing an additional $50,136 for the extra work described previously.
Enclosures: Resolution
Agreement
Location Map
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR CONTRUCTION OF THE ADA/DOJ CURB RAMPS
2015-2016 PROJECT, CITY PROJECT NO. 11263, TO COASTSIDE CONCRETE AND
CONSTRUCTION, INC., IN THE AMOUNT OF $187,750.00, AUTHORIZING THE
EXPENDITURE OF UP TO $22,500.00 (12%) FOR PROJECT CONTINGENCIES, AND
AUTHORIZING AN ADDITIONAL $50,136.00 FOR EXTRA WORK FOR A TOTAL
AUTHORIZATION OF $263,504.00.
WHEREAS, on the 4t' day of November, 2015, pursuant to due and legal notice published in
the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as
more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of
the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and
declare all sealed bids or proposals for doing the following work in said City, to wit:
"ADA/DOJ Curb Ramps 2015-2016"
City Project No. 11263
In accordance with the plans and specifications therefore on file in the office of said City Clerk; and
WHEREAS, the bid of Coastside Concrete and Construction, Inc. at the unit prices stated in
its bid of $187,750.00 was and is the lowest and best bid for said work and said bidder is the lowest
responsible bidder; and
WHEREAS, City staff has recommended that a contingency amount of up to $22,500.00
(12%) will be required for said project; and
WHEREAS, City staff has recommended that an additional amount of $50,136.00 be
authorized for the construction of additional curb ramp improvements as feasible, as described in the
staff's agenda report prepared for this item.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The plans and specifications for the ADA/DOJ Curb Ramps 2015-2016, City Project
No. 11263, on file in the office of said City Clerk, are hereby approved.
2. The bid of Coastside Concrete and Construction, Inc. is hereby accepted at the unit
prices set forth therein, and that the contract for said work and improvements is
hereby awarded to Coastside Concrete and Construction, Inc. at the unit prices
mentioned in said bid.
3. The City Manager and the City Clerk of said City are authorized and directed to
execute a contract with Coastside Concrete and Construction, Inc., in a form
approved by the City Attorney, for said work and to return the bidder's bond upon the
execution of said contract.
4. Funds are authorized in the amount of up to $22,500.00 for project contingencies.
5. Funds are authorized in the amount of $50,136.00 for construction of additional
improvements as determined to be feasible and approved by the Director of Public
Works.
6. Funds totaling $263,504.00 will be appropriated for City Project No. 11263 from the
Community Development Block Grant.
7. The City Manager is hereby authorized to take any and all such actions and make
changes as may be necessary to accomplish the purpose of this resolution.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing
Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of
said City held on Monday, the 16th day of November, 2015 by the following vote, to wit:
AYES: COUNCILMEMBERS:
NOES: COUNCILMEMBERS:
ABSENT: COUNCILMEMBERS:
ESTHER C. BEIRNE, City Clerk
File No.: 16.01.281
City of San Rafael ♦ California
Form of Contract Agreement
for
ADA/DOJ Curb Ramps 2015-2016
City Proiect No. 11263
This Agreement is made and entered into this day of , 2015 by and between the City of San
Rafael (hereinafter called City) and Coastside Concrete and Construction, Inc. (hereinafter called Contractor).
Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows:
1- Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to
perform all of the work described in the plans and specifications for the project entitled: ADA/DOJ Curb Ramps
2015-2016, City Project No. 11263, all in accordance with the requirements and provisions of the Contract
Documents as defined in the General Conditions which are hereby made a part of this Agreement. The Contractor
shall furnish insurance as required in the "Insurance Requirements Sheet" attached hereto and incorporated herein
by reference. The required additional insured coverage for City under contractor's liability insurance policy shall be
primary with respect to any insurance or coverage maintained by City and shall not call upon city's insurance or
self-insurance for any contribution.
11- Time of Completion
(a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the
date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed, including all punchlist work, within Forty (40) Working Days and with such
extensions of time as are provided for in the General Provisions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and
extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by
reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each
and every working day's delay in finishing the work in excess of the number of working days prescribed above; and
the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any moneys due or that may become due the Contractor under the contract.
1V - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total
number of each of the units of work in the following schedule completed at the unit price stated. The number of
units contained in this schedule is approximate only, and the final payment shall be made for the actual number of
units that are incorporated in or made necessary by the work covered by the Contract.
ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL PRICE
QUANTITY
I • Mobilization (Not to exceed 3% of Bid)
1
LS
@
$5,000.00 =
$5,000.00
2. Signs and Traffic Control
1
LS
@
$10,000.00 =
$10,000.00
3. Clearing and Grubbing
1
LS
@
$25,000.00 =
$25,000.00
4. Minor Concrete
a. Type A Curb and Gutter
420
LF
@
$45.00 =
$18,900.00
b. Type E Curb
50
LF
@
$35.00 =
$1,750.00
c. 4" PCC Sidewalk
680
SF
@
$12.00 =
$8,160.00
ITEM
5
6
7
8
9
DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL PRICE
QUANTITY
d. 6" PCC Driveway
e. Curb Ramp — Case C
f. Curb Ramp — Case A
g. Type C Catch Basin
h. Modified Type C Catch Basin (SE Corner —
Sonoma/Charlotte)
i. Extend Existing Catch Basin
j. Turning Structure with Manhole Lid
Hot Mix Asphalt
Adjust Existing Facility to Grade
a. Install Sewer Cleanout Utility Box
b. Water Meter Box
c. Sanitary Sewer Manhole (2nd/lda)
d. Modify Sewer Lateral and Cleanout (SW Corner
Hoag/Mill)
Relocate Existing Sign to New Post
Storm Drain Pipe (12" PVC SDR 26)
Traffic Striping and Pavement Markings
a. Install Pavement Markings
b. Paint Red Curb
"Final Pay Item
15
SF
@
$18.00 =
$270.00
8
EA
@
$4,500.00 =
$36,000.00
I
EA
@
$4,500.00 =
$4,500.00
2
EA
@
$3,500.00 =
$7,000.00
I
EA
@
$3,500.00 =
$3,500.00
5
EA
@
$3,000.00 =
$15,000.00
2
EA
@
$4,500.00 =
$9,000.00
85
TON
@
$250.00 =
$21,250.00
2
EA
@
$350.00 =
$700.00
5
EA
@
$500.00 =
$2,500.00
1
EA
@
$1,500.00 =
$1,500.00
1
EA
@
$3,500.00 =
$3,500.00
3
EA
@
$500.00 =
$1,500.00
25
LF
@
$250.00 =
$6,250.00
40
SF
@
$13.00 =
$520.00
350
LF
@
$17.00 =
$5,590.00
GRAND TOTAL BID $
187,750.00
V - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an
estimate covering the total quantities under each item of work that have been completed from the start of the
job up to and including the 25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together with such supporting
evidence as may be required by the City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments
made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the
filing of the notice of completion and acceptance of the work by the Public Works Department.
(d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without
retention of any portion of the payment by the public agency, by depositing securities of equivalent value with
the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities,
if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of
the securities shall be final.
VI - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the City Engineer
shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the
Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that
the work required by this Contract has been completed and is accepted by him under the terms and conditions
thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid
to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of
said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the City Engineer that all
payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of
disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond
satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where
such payment has not already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the City Engineer so certifies, the City shall, upon certificate of the City Engineer,
and without terminating the Contract, make payment of the balance due for that portion of the work fully
completed and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not
constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
File No.: 16.01.281
CITY OF SAN RAFAEL:
Jing Schutz
City Manager
Coastside Concrete and Construction, Inc.:
Printed Name:
Title:
O
Z
00rn(—.,: 17rr"1 � ! p � 2
E E E E
c= c= c c c c c
U U U U U U U U U
w�: w�: W3: w�; W
W(n(n(nzzcoWz
C) C)
0 0
inininina
iE iE iE M g g g 2 O
U
(n fn (n (n N N N O CE
fE fE (E CE U) U) U) U
C C C 00 m m m m
0 0 0 0 0 0 0 0
W(nco(n====�
N M �t LO CO t` M M
Z J 133a1S ��
Q�bHS 1S
Ho>
O LL F N D 3M
z�O
�:z
2
Q �
J bH 3Ad
I 133a1S d �� TJVWHiJIW ,p;l,,,'
1-
133a1S
20
U° AVE
H
1S Val F
\\ �
AVE 1ST ) 1 � g
Of (If
Lu w
CD CD
Of (If
W W
CL d
Lu LU
J J
cc
ZZ
C� C�
W
Z Z
(D
00
0
wLu
U
W d
U Q
V,
0
N
W
CO
O
H
U
O
ui
H
Q
0
Ln co
NCD_
N 0—
O C
Z
Q Z
�v O
LU
CO O Q
U a C)
O OJ
U
Q
Q
L\s}oai o�d uoi}onj}su.3 Lo'9L\s}aaj}S 9L\:M
Aja}un4 ?J3sn — wDZZ:LL — SLoz 'Lo }oo