Loading...
SR - AGR-6529 - HSIP PROJECTS - COLLINS AVENUE AT BATAVIA STREET AND CHAPMAN AVENUE AT CANNON STREET1. SUBJECT Award of Contract for Bid No. 178 -08; two Federal Highway Safety Improvement Program (HSIP) Left -Turn Phasing Signal Modification Projects: 1) Collins Avenue at Batavia Street; and 2) Chapman Avenue at Cannon Street. 2. SUMMARY 7= The bids for the two HSIP projects 1) Collins Avenue at Batavia Street; and 2) Chapman Avenue at Cannon Street were received and opened on September 28, 2017. The apparent low bidder is California Professional Engineering, Inc. of La Puente in the amount of $ 599,999. The estimated total construction costs including contract, contingencies (10 %), and construction engineering (5 %) is $689,999. 1 3. RECOMMENDED ACTION 1) Authorize the appropriation from the 284 unreserved TSIP fund balance to the following expenditure account: 284.5032.56100.30027 HSIP6 Batavia and Collins $ 77,000 2) Authorize the appropriation from the 271 unreserved Gas Tax Construction fund balance to the following expenditure account 271.5032.56100.30028 HSIP6 Chapman and Cannon $ 65,000 3) Award the contract in the amount of $599,999 to California Professional Engineering, Inc. and authorize the Mayor and City Clerk to execute on behalf of the City. 4. FISCAL IMPACT Upon appropriation, funds will be available for the construction costs as follows: 550.5032.56100.30027 HSIP6 Batavia and Collins $ 250,900 263.5032.56100.30027 M2 Batavia and Collins 27,900 284.5032.56100.30027 TSIP B Batavia and Collins 77,000 550.5032.56100.30028 HSIP6 Chapman and Cannon 243,400 263.5032.56100.30028 Measure M2 Chapman and Cannon 27,100 271.5032.56100.30028 Gas Tax Con. Chapman and Cannon 65,000 Total $691,300 5. STRATEGIC PLAN(S) lb. Provide for a safe community — Provide and maintain infrastructure necessary to ensure the safety of the public. 3d. Enhance and promote quality of life in the community - Maintain and improve multi -modal transportation throughout the City. 6. GENERAL PLAN IMPLEMENTATION Infrastructure Goal 3.0 Ensure adequate maintenance of public rights -of -way to enhance public safety and improve circulation. Policy 3.3: Continue to design, install, and maintain signals, signage, streetlights, and traffic control devices within rights -of -way. 7. DISCUSSION and BACKGROUND The City Council approved authorization to advertise the projects for construction bids on January 10, 2017. As these projects are federally funded, Caltrans authorization is required, which was provided on August 1, 2017. The solicitation for bids was first advertised on September 6, 2017, for a period of three (3) weeks. Seven (7) bids were received and opened on September 28, 2017, as follows: 1) California Professional Engr., Inc., La Puente .............$ 599,999.00 2) Elecnor Belco Electric, Inc., Chino ............. .....................615,154.00 3) PTM General Engr. Inc., Riverside ............. .....................629,029.00 4) Alfaro Communication Const. Inc., Compton .................634,900.00 5) Comet Electric Inc., Chatsworth ................. .....................651,598.00 6) DBX Inc., Temecula .... ............................... .....................675,797.00 7) DynaElectric, Los Alamitos ........................ .....................699,058.00 California Professional Engineering (CPE) proposal complies with all material respects to the bid solicitation. CPE's proposal is responsive and is a responsible bidder. CPE has successfully completed various projects for the City of Orange including the TustinNanowen Traffic Signal ITEM 10/24/2017 2 Modification, Old Towne Street Lighting, and Tustin/Palm Left Turn Phasing Signal Modification. The total estimated construction cost for the two projects including, contract, and 15% for contingencies and construction engineering is $689,999, while available construction funds are $548,500. Staff is requesting additional appropriation of $142,000 from the TSIP B (284), and Gas Tax (271) unreserved fund balances to close the funding gap and complete the construction of the projects. The two projects are combined into one bid to take advantage of the economies of scale, and ease of construction coordination with one contractor. The projects are federally funded under the Highway Safety Improvement Program. HSIP provides a maximum of 90% reimbursement for eligible costs, while the local agency contributes the remaining 10% and any additional costs over the approved federal allocation. The traffic signal modifications at the two intersections will provide and complete the protected left - phasing on all approaches. The addition of left -turn phasing will also improve the operational efficiency by assigning through and left -turn movements through the intersection, and enhance pedestrian safety. The scope of work, in general, includes removal of existing and replacement with new signal poles, mast arms, luminaries (safety lighting), signal head indications, electrical service, illuminated street name signs, and concrete foundation; relocation of signal controller cabinet, and battery back -up system; installation of emergency vehicle preemption (EVP), new conduits and conductors; and construction of ADA compliant sidewalk access ramps. The work also includes pavement restriping on Batavia Street to provide left -turn lanes for the north -south approaches. The projects are categorically exempt from the provisions of the 2016 CEQA Guidelines under Article 19. "Categorical Exemptions ", Section 15301 "Existing Facilities ", classifies this project as Class 1 (b) "Existing highways and streets... ". The categorical exemption applies to the project because the installation of the protected left -turn phase is for safety and involves negligible or no expansion of the arterials' existing use. Actual construction is expected to start by January 2018 upon delivery of long lead materials and equipment. Both projects are scheduled to be completed by the end of Spring 2018. 8. ATTACHMENTS • Contract • Location Maps • Bid Abstract ITEM 10/24/2017 91 CITY COUNCIL MINUTES OCTOBER 24, 2017 3. CONSENT CALENDAR (Continued) 3.10 CLAIMS (C3200.0) The following claim(s) have been received and investigated by the City Attorney's Office and/or the Risk Manager. After a thorough investigation with the involved departments, it is the recommendation of the City Attorney's Office that the claim(s) be denied. a. Loida Romero b. Heather Steves c. Sedwick a/s /o Andrea Lundeen d. Khashayar Lessani e. eCompliance, Inc. f. Cathi Budd g. Estate of Andy Huy Huu Hoang ACTION: Denied Claim(s) for damages and referred to City Attorney and Claims Adjuster. 3.11 Award of Contract for Bid No. 178 -06; Katella Avenue Sidewalk Improvements. (A2100.0; AGR -6528) ACTION: Accepted the lowest bid and awarded the contract to Aramexx Group, Inc. of Claremont, California, in the amount of $199,884 and authorized the Mayor to execute and the City Clerk to attest the contract on behalf of the City. 3.12 Award of Contract for Bid No. 178 -08; two (2) Federal Highway Safety Improvement Program (HSIP) Left -Turn Phasing Signal Modification Projects: 1) Collins Avenue at Batavia Street; and 2) Chapman Avenue at Cannon Street. (A2100.0; AGR -6529) ACTION: 1) Authorized the appropriation from the 284 unreserved TSIP fund balance to the following expenditure account: 284.5032.56100.30027 — HSIP6 Batavia and Collins, $77,000; 2) Authorized the appropriation from the 271 unreserved Gas Tax Construction fund balance to the following expenditure account: 284.5032.56100.30028 — HSIP6 Chapman and Cannon, $65,000; and 3) Awarded the contract in the amount of $599,999 to California Professional Engineering, Inc. and authorized the Mayor and City Clerk to execute on behalf of the City. 3.13 Award of Contract for Bid No. 178 -03; Reservoir 4 Slope Regrading (W -681). (A2100.0; AGR -6530) ACTION: Awarded the contract in the amount of $128,063 to Jeremy Harris Construction, Inc.; and authorized the Mayor and City Clerk to execute on behalf of the City. 3.14 Final Acceptance of Agreement No. 6219, Water Division Antenna Tower Installation; and authorization to file the Notice of Completion with the County Recorder. (No staff report required.) ACTION: Accepted public work improvements, authorized release of U.S. Specialty Insurance Company of Texas, Bond No. 100275832 in the amount of $280,171.32 to the contractor on said job, and authorized the Mayor and City Clerk to execute the Notice of Completion. PAGE 6