File #: BILL NO. 23-065    Name:
Type: Ordinance - Committee Status: Passed
File created: 1/12/2023 In control: City Council - Regular Session
On agenda: 3/21/2023 Final action: 3/21/2023
Title: An Ordinance awarding the bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same. (PWC 3/13/23)
Sponsors: Public Works Admin & Engineering
Attachments: 1. Exhibit A: Agreement, 2. Supporting Document: Bid Tab, 3. Supporting Document: Location Maps
Related files: BILL NO. 22-131

Title

An Ordinance awarding the bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same. (PWC 3/13/23)

 

 

Body

Issue/Request:

An Ordinance awarding the bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same.

 

 

Key Issues:

 

                     The Curb Repair FY23-2 Program will replace 13,000 lineal feet (2+ miles) of curb and renovate 4 sidewalk ramps (hereinafter "Project No. 794-2").

                     Project No. 794-2 is funded by the Transportation Sales Tax Fund.

                     Public Works Engineering issued an advertisement for bids for the construction of Project No. 794-2 on February 2, 2023, guided by local policies and state statutes. 

                     Quality Custom Construction (hereinafter "Contractor") was determined to be the lowest and best bidder by City staff.

                     The City desires to enter into an agreement with the Contractor to construct Project No. 794-2.

 

 

Proposed Committee Motion:

I move to recommend to the City Council approval of an Ordinance awarding the bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66 and authorizing the City Manager to execute an agreement for the same.

 

Proposed City Council Motion:

FIRST MOTION: I move for a second reading of an Ordinance approving the award of bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same.

 

 

SECOND MOTION: I move for adoption of an Ordinance approving the award of bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same.

 

 

 

Background:

 

The annual Curb Repair Program is part of the City’s Pavement Maintenance Program that also includes overlay, micro surfacing, and crack seal contracted work. All of these programs are funded from a permanent, local, half-cent Transportation Sales Tax adopted in the 1980’s. The City has been replacing curb as part of these programs for over 20 years. 

 

Curb replacement is performed mostly on residential streets. Curb replacement along some arterials had been deferred due to budget constraints or the need to replace curb in other locations that will be overlaid in the near future. This year, there were significant savings from the overlay, micro-surface, crack seal programs, and curb replacement programs that afforded an opportunity to replace additional curb that was failing along arterial streets. This project will also update sidewalk approaches to current specifications as required by the Federal Americans with Disabilities Act

 

The primary purpose of this Curb Repair Program is to replace deteriorating curb and gutter on streets with funds remaining from the FY 2023 Pavement Management Program budget. The curb along these arterial roads has developed deep potholes that will accelerate deterioration of the pavement and cause the potholes to expand into the roadway area.

 

Much of the curb and gutter placed in the KC Metro between 1985 and 2008 was installed using local limestone aggregate that was of poor quality because it was relatively soft compared to previous sources of limestone rock.  The frequent and harsh freeze-thaw cycling, combined with wet conditions, accelerated the concrete failure process “D-cracking” that disintegrates concrete from the inside out.  The soft limestone absorbs water.  As the water freezes, it expands and cracks the aggregate and concrete from the inside out.  This process took several years to surface, and then some time later the concrete industry and builders adopted new codes, etc.

 

The aggregate still met local specifications at that time, and worked well for buildings, foundations and most structures.  However, when used for paving, curb and sidewalks, the aggregate was prone to fail within 10 years.  The limestone aggregate in concrete was replaced by durable aggregates for capital projects in 2004. New development was not required to use durable aggregates until 2009.

 

The scope of the annual curb program has been driven by the need to replace over 612 miles (3.23 million linear feet) of curb installed from about 1985 through 2008. The City started replacing small pieces of curb around 1998. The curb failure became widespread around 2000-2003, so larger curb replacement programs began in 2004 to address the need with resources available. The combination of annual curb programs plus a $12 million bond issue from 2004 to present have replaced approximately to 305 miles of curb, which has replaced about 50% of the curb expected to need replacement.

 

Curb replacement triggers the requirement to install or improve curb ramps to create accessible routes that are compliant with the Americans with Disabilities Act. Ensuring the ramps properly connect to sidewalks, it is also necessary to remove and replace some sidewalk at some locations, so that work is included in this project.

The volume of work over this time has, on rare occasions, caught up with the overlay program.    This program will focused on 2 collector streets, replacing 13,000 lineal feet (2+ miles) of curb,  and renovating 4 curb ramps.

 

Impact/Analysis:

Public Works Engineering advertised for bids for Project No. 794-2 on February 2, 2023. Potential bidders were notified through QuestCDN, the City website, and a mass email notification.  Three (3) responsive bids were received by the February 24, 2023, bid opening date. The bids were evaluated, and City staff determined Quality Custom Concepts, Inc. DBA Quality Custom Construction to be the lowest and most responsible bidder.  The recommended bid is approximately 5.6% lower than City staff's estimate.

 

Timeline:

Start: April

Completion: May

 

Presenter

Vince Schmoeger, Project Manager

 

 

Recommendation

Recommendation:  Staff recommends approval of an Ordinance awarding the bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same.

 

 

Committee Recommendation

Committee Recommendation:

The Public Works Committee voted unanimously 4-0 to recommend to City Council approval of an Ordinance awarding the bid for Project No. 794-2 for the Curb Repair FY23-2 Program to Quality Custom Concepts, Inc. DBA Quality Custom Construction, in the amount of $390,322.66, and authorizing the City Manager to execute an agreement for the same. (PWC 3/13/23)