File #: 19-573    Version: 1 Name: Annual Sidewalk Repair Program 2017-18 Acceptance SR
Type: Staff Report Status: Filed
In control: City Council
Meeting Date: 11/18/2019 Final action: 11/18/2019
Enactment date: Enactment #:
Title: Staff Report for a City of San Leandro City Council Resolution to Accept the Work for the Annual Sidewalk Repair Program 2017-18, Project No. 2017.0060
Sponsors: Keith Cooke
Attachments: 1. Post-Construction Photos - Annual Sidewalk Repair Program 2017-18
Related files: 19-574

Title

Staff Report for a City of San Leandro City Council Resolution to Accept the Work for the Annual Sidewalk Repair Program 2017-18, Project No. 2017.0060

 

Staffreport

SUMMARY AND RECOMMENDATIONS

 

The Sidewalk Repair Program reconstructs damaged concrete sidewalks, driveway approaches, curbs and gutters.  The Program installs Americans with Disabilities Act (ADA) compliant curb ramps at locations requested or identified by residents throughout the City or when street paving work is taking place in the area. This work reduces the potential for trip-and-fall claims, and strives to create a safe walking environment for pedestrians.

 

Staff recommends that the City Council do the following:

                     Accept the work performed by the contractor, Sposeto Engineering, Inc.;

                     Authorize staff to file a Notice of Completion;

                     Authorize the City Manager to release the performance and payment bonds; and

                     Release the maintenance bond, assuming no latent defects are discovered, upon completion of the one-year warranty period.

 

BACKGROUND

 

On March 5, 2018, by Resolution No. 2018-018, the City Council awarded a $569,311 construction contract for the Annual Sidewalk Repair Program 2017-18 to Sposeto Engineering, Inc. The contractor completed work at over two hundred locations resulting from approximately 150 Requests for Service. This included the following:

 

                     17,000 square feet of sidewalks;

                     3,470 square feet of driveway approaches;

                     1,170 linear feet of curbs and gutters; and

                     12 curb ramps.

 

In addition to the work contemplated by the original construction contract, the City also authorized Sposeto Engineering, Inc. to complete additional work by contract change order (CCO). Utilizing the contractor’s availability and expertise allowed needed concrete improvements to be completed quickly and efficiently within the allocated budget contingency. These improvements included the upgrade of curb ramps at the intersection of Washington Avenue and Parrott Street in preparation for the Rainbow Crosswalk installation, and sidewalk replacement associated with the traffic signal improvements at the intersection of Bancroft Avenue and Sybil Avenue.

 

Under San Leandro Municipal Code Section 5-1-415, property owners are responsible for maintenance and repair of the sidewalks adjoining their property. The Sidewalk Repair Program offers property owners an opportunity to use a City-hired contractor for needed repairs, the direct cost of which is billed to them upon completion. Taking advantage of this program allows property owners to benefit from the economies-of-scale inherent in combining many small repairs into one large project. Property owners also avoid having to hire a contractor on their own and incurring permitting and inspection costs.

 

This program benefits both property owners and the City by eliminating trip-and-fall hazards. The program strives to create a safe walking environment for pedestrians, and makes the City a better place to live and work.

 

Analysis

 

The construction contract is now complete. The work was inspected and found to be in compliance with the contract documents and City Standards.

 

Current Agency Policies

 

City Council Goals:

 

                     Maintain and enhance San Leandro’s Infrastructure

 

Previous Actions

 

                     On March 5, 2018, by Resolution No. 2018-018, the City Council awarded a $569,311 construction contract to Sposeto Engineering, Inc. for the subject project, and authorized cumulative CCO’s not-to-exceed $142,327 (25% contingency) for a total construction budget of $711,638.

 

Applicable General Plan Policies

 

                     Policy T-3.6 - Pedestrian Environment. Improve the walkability of all streets in San Leandro through the planning, implementing, and maintaining of pedestrian supportive infrastructure.

                     Policy T-3.7 - Removing Barriers to Active Transportation. Reduce barriers to walking and other forms of active transportation such as incomplete or uneven sidewalks, lack of wheelchair ramps and curb cuts, sidewalk obstructions including cars parked on sidewalks, trail gaps, wide intersections, and poor sidewalk connections to transit stops.

                     Policy CSF-6.8 - Maintenance. Ensure that sufficient funding is provided for the ongoing maintenance of City-owned facilities, including streets, street lights, traffic signals, landscaping, street trees, storm drains, public buildings and other infrastructure.

 

Environmental Review

 

This project was categorically exempt under the California Environmental Quality Act (CEQA) pursuant to California Public Resources Code Section 15301(c). A Notice of Exemption was filed with the Alameda County Clerk on January 9, 2018.

 

Summary of Public Outreach Efforts

 

Prior to beginning work at each property, the contractor distributed a notice to the property owner.

 

This project was posted on the City’s website and advertised in the East Bay Times on December 22, 2017 as well as in three other newspapers whose circulations reflect the diversity of San Leandro. Notification of this bid opportunity was also sent to local Builder’s Exchanges as well as contractors who registered with the City to be informed of bidding opportunities.

 

Fiscal Impacts

 

Annually, staff costs for this Program are approximately $100,000. This includes staff time for design, contract administration, and construction inspection. Because this Program is on-going from year-to-year, staff costs are not tracked separately.  Homeowners are not billed for staff time; thus, the City subsidizes some of the Program costs. Staff costs do, however, count towards the City’s Measure B and Measure BB funding mandate for pedestrian-related improvements.

 

The total construction cost of the Annual Sidewalk Repair Program 2017-18 was $647,909.  A summary of the contract costs with Sposeto Engineering, Inc. is listed below:

                     Original Contract:                     $569,311

                     Contract Change Orders:                     $  78,598 (14% < 25% authorized)

                     Total Contract Amount:                     $647,909

 

Budget Authority

 

From the Staff Report associated with the contract award (Resolution No. 2018-018), the following accounts and amounts were allocated:

 

                     Allocation

Account No.                     Source                     FY                     Amount

120-38-348                     Street/Traffic Impr. (DFSI) Fund1                     FY12/13                     $6,240

141-36-353                     Measure BB                     FY16/17                     $225,000

144-36-353                     Measure B/ACTIA Fund                     FY16/17                     $140,000

144-36-379                     Measure B/ACTIA Fund                     FY17/18                     $615,000

144-38-006                     Measure B/ACTIA Fund                     FY17/18                     $124,216

Total                                                               $1,110,456

 

 

Notes:

                     Street/Traffic Improvements (DFSI) funds were used for CCO work to replace the sidewalk associated with the Bancroft-Sybil Signal Improvements, Project No. 2014.0440.

ATTACHMENT

 

Attachment to Staff Report

                     Post-Construction Photos - Annual Sidewalk Repair Program 2017-18

 

PREPARED BY:  Phillip Toste, P.E., Associate Engineer, Engineering and Transportation Department