Ann Arbor logo
File #: 19-1379    Version: 1 Name: 8/5/19 Contract with Anglin Civil
Type: Resolution Status: Passed
File created: 8/5/2019 In control: City Council
On agenda: 8/5/2019 Final action: 8/5/2019
Enactment date: 8/5/2019 Enactment #: R-19-364
Title: Resolution to Approve a Contract with Anglin Civil to Renovate the Pathway at Riverside Park ($213,182.50)
Attachments: 1. ITB 4586_Riverside Pathway.pdf, 2. ITB_4586_Addendum1.pdf, 3. Anglin Civil Bid.pdf, 4. ITB 4586_Riverside Pathway_Contract-Anglin Civil, 5. ITB_4586_DetailedBidTab.pdf

Title

Resolution to Approve a Contract with Anglin Civil to Renovate the Pathway at Riverside Park ($213,182.50)

Memorandum

Attached for your review and action is a resolution to approve a $213,182.50 contract with Anglin Civil, LLC to renovate pathways at Riverside Park.

 

Budget/Fiscal Impact:  Funding is available in the approved FY2020 Park Maintenance and Capital Improvement Millage budget. The Washtenaw County Parks and Recreation Commission (WCPRC) has agreed to assist in funding this project, as they did with recent renovations to the Riverside Boardwalk. For the two projects combined WCPRC has committed $200,000 or 50% of the direct construction costs, whichever is the lesser. At the conclusion of this project WCPRC will be invoiced accordingly and the revenue recognized in the Parks and Recreation Capital Millage budget, to offset the appropriate proportion of construction expenses.

 

Project Description:  The pathway in Riverside Park is part of the regional Border-to-Border trail and is in need of repair.  The PROS plan identifies this path as being in poor condition and prioritizes the repair and replacement of pathways to maintain safety and usability. Additionally, this pathway does not currently meet AASHTO standards and the PROS plan recommends updating to these standards when renovating existing pathways. New ADA picnic tables and benches will be installed along the path to provide for a better user experience.

 

Path repairs and reconstruction are identified in the CIP and PROS plan as park priorities.  Additionally, the project meets multiple Sustainability Goals, including:

 

                     Safe Community

                     Active Living and Learning

                     Sustainable Systems

                     Transportation Options

 

The contract documents for the project were bid through the City’s Procurement Unit following standard procedures. Two options were bid to allow for purchasing flexibility:

 

                     Option A would crush the existing path and use that material as a new base to pave over.

                     Option B would excavate the existing path and add a new limestone aggregate base to pave over. 

Option B is preferred due to the following reasons:

                     It would significantly extend the useful life (approximately 10 years) of the pavement

                     Future resurfacing and maintenance would be less expensive 

                     Limestone aggregate performs better in areas like Riverside Park that are prone to flooding

                     A limestone base will allow us to use geotextile fabric which provides additional support and stability for the path

                     A new limestone base will be a more consistent surface and provide a better pavement ride quality

 

Three bids were received and opened on June 12, 2019. The lowest responsible bid is from Anglin Civil, LLC in the amount of $163,445 for Option A (crush & shape) and $213,182.50 for Option B (new path base).  Attached is a tabulation of the bids received for the project.

 

Staff is recommending awarding a contract to Anglin Civil, LLC in the amount of $213,182.50 for Option B improvements to the Border-to-Border trail path in Riverside Park. A 10% construction contingency ($21,318.25) is requested to cover potential contract change orders to be approved by the City Administrator.  It is requested that a $234,500.75 contract and contingency amount be approved for the life of the project without regard to fiscal year.

Staff

Prepared by:                      Hillary Hanzel, Landscape Architect IV

Reviewed by:                     Colin Smith, Parks & Recreation Services Manager

Reviewed by:                     Derek Delacourt, Community Services Area Administrator

Approved by:                     Howard S. Lazarus, City Administrator

Body

Whereas, The Border-to-Border Trail pathway in Riverside Park is in need of major renovation, 

 

Whereas, The Parks and Recreation Open Space Plan recommends infrastructure improvements for pathways that are in disrepair;

 

Whereas, The Parks and Recreation Open Space Plan identifies repair of the pathway in Riverside Park as a need;

 

Whereas, Funding for the Riverside Park Pathway Renovations is available in the approved FY2020 Park Maintenance and Capital Improvement Millage budget;

 

Whereas, The Washtenaw County Parks and Recreation Commission has committed $200,000.00 or 50% of the direct construction costs, whichever is the lesser, toward this project and the recently completed Riverside Boardwalk project;

 

Whereas, Competitive bids were received by Purchasing on June 12, 2019;

 

Whereas, Anglin Civil submitted the lowest responsive bid; and

 

Whereas, Anglin Civil, LLC. has submitted all required Non-Discrimination, Prevailing Wage, Living Wage, and Conflict of Interest Disclosure forms and complies with the requirements of the City’s Non-Discrimination, Prevailing Wage and Living Wage Ordinances;

 

RESOLVED, That City Council approves a contract with Anglin Civil to renovate the pathway in Riverside Park, and approve a construction contingency of $21,318.25 (10%) to cover potential contract change orders for a total contract amount of $234,500.75 for the life of the project without regard to fiscal year;

 

RESOLVED, That the City Administrator be authorized to take all necessary administrative actions to implement this resolution including the authority to approve change orders within the approved contingency; and

 

RESOLVED, That the Mayor and City Clerk be authorized and directed to execute the contract after approval as to substance by the City Administrator and approval as to form by the City Attorney.