Loading...
HomeMy WebLinkAboutCC 2026-01-27_09h Award 2026 Pedestrian Improvements ProjectItem 9.h. MEMORANDUM TO: City Council FROM: Bill Robeson, Assistant City Manager/Director of Public Works BY: Theresa Wren, Capital Improvement Projects Manager SUBJECT: Award of 2026 Pedestrian Improvements Project DATE: January 27, 2026 RECOMMENDATION: 1) Adopt a Resolution authorizing the City Manager to execute a construction contract for the 2026 Pedestrian Improvements Project (PW 2025-19) to V Lopez Jr. & Sons General Engineering Contractors, Inc., subject to any minor, technical, or non-substantive changes as approved by the City Manager in consultation with the City Attorney; and 2) Find that the project is categorically exempt from the California Environmental Quality Act (“CEQA”) under Sections 15301 (Class 1 – Existing Facilities) and 15303 (Class 3 – New Construction of Small Facilities), as it consists of repair and minor alteration of existing public facilities and construction of small pedestrian and traffic safety improvements within the existing public right -of-way, with no expansion of use beyond existing conditions. IMPACT ON FINANCIAL AND PERSONNEL RESOURCES: The total construction cost for Base Bid plus Bid Alternate 1 and Bid Alternate 2 is $771,594.35. Staff recommends a twenty percent (20%) contingency to cover unanticipated costs during construction. Twenty percent (20%) contingency of the total construction cost is $154,318.87. The total project cost of construction plus contingency is $925,913.22. Table 1 summarizes the costs. Partial funding for this project comes from a Highway Safety Improveme nt Program (HSIP) grant. HSIP allocation was received on November 17, 2025 (Attachment 2). Other funding sources are Measure O-06 FY 24-25 carryover, Measure O-06 FY 25-26, and Measure E-24 allotted for Sidewalk Repairs in the 10-year CIP approved by City Council on May 13, 20251. Table 2 outlines funding sources. Funding sufficiently covers the total construction cost for Base Bid, Bid Alternate1, and Bid Alternate 2, and contingency. 1https://pub-arroyogrande.escribemeetings.com/Meeting.aspx?Id=156c5494-7627-4d27-8d02- 08af3067520f&lang=English&Agenda=Agenda&Item=49&Tab=attachments Page 71 of 175 Item 9.h. City Council Award of 2026 Pedestrian Improvements Project January 27, 2026 Page 2 BACKGROUND: In general, the project consists of curb extensions, speed tables, crosswalk improvements, a pedestrian refuge island, landscaping, Rapid Rectangular Flashing Beacons (RRFBs) on East Branch Street and Huasna Road, storm drain inlet improvements on East Branch Street and Hillcrest Drive, sidewalk improvements on Elm Street south of Sunset Drive, and sidewalk repairs at various locations throughout the City. The project includes three main components, each originating from a different City planning effort and funding source. 1. East Branch Street Streetscape and Safety Improvements The East Branch Street streetscape portion of the project, from Mason Street to Huasna Road, was identified as a priority for safety improvements due to a history of multiple vehicle accidents over the years. Additionally, this segment of East Branch Street is identified as an area of concern in multiple adopted safety planning documents, including the City’s 2022 Local Road Safety Plan (LRSP), the City’s 2021 Systemic Safety Ana lysis Report (SSAR), and the San Luis Obispo Council of Governments’ (SLOCOG) Regional Road Safety Action Plan (RSAP). City staff began developing conceptual plans for this corridor in 2015, including a discussion with the City Council on August 8, 20172, where the Council supported improvements associated with Alternative 2. Progress on the project stalled for several years due to constructability challenges with the conceptual plans, staff turnover at both the City and the engineering design firm, impacts from the COVID -19 pandemic, and limited available funding. 2 https://www.arroyogrande.org/AgendaCenter/ViewFile/Item/5828?fileID=9657 Base Bid:666,641.85$ Bid Alt 1:9,840.00$ Bid Alt 2:$95,112.50 Contract:771,594.35$ Contingency (20%):154,318.87$ Construction Total:925,913.22$ Table 1 - Construction Costs 340,560.00$ 283,535.00$ 500,000.00$ 1,124,095.00$ Sales Tax E-24 (FY 25-26 Sidewalk Repairs & Improvements) Measure O-6 (FY 24-25 Carryover) HSIPL-5199(039) Grant Table 2 - Funding Sources Page 72 of 175 Item 9.h. City Council Award of 2026 Pedestrian Improvements Project January 27, 2026 Page 3 In 2024, renewed interest in improving pedestrian safety along East Branch Street and at Strother Park prompted City staff to pursue funding through Caltrans’ competitive HSIP grant program. The City was notified of its HSIP grant award in the amount of $340,560 on February 2, 2025, and received allocation confirmation on November 17, 2025. 2. Elm Street and Sunset Drive Sidewalk Gap and Intersection Improvements Another component of the project addresses a sidewalk gap identified in the City’s 2025 Active Transportation Plan that presents pedestrian safety concerns and has a documented history of a serious-injury accident. City staff obtained the necessary right - of-way and coordinated with utility providers to complete improvements, including curb, gutter, sidewalk, and curb ramps, which will eliminate the need for pedestrians to travel in the sand or roadway. This component also modifies the street alignment so that vehicles approach the intersection of Elm Street and Sunset Drive at a ninety -degree angle, improving sight distance and overall intersection safety. 3. Citywide Sidewalk Repairs The third component of the project includes repair of sidewalk deficiencies identified in the City’s Sidewalk Management Program presented and approved by Council August 26, 2025. Priority is given to repairing sidewalk displacements greater than three inches, which present the greatest tripping hazards. Additional sidewalk repairs may be completed if sufficient contingency funding remains available. ANALYSIS OF ISSUES: City staff prepared the Project Plans and Bid Book, with base bid and two bid alternates, and advertised the project on December 11, 2025, on the City’s website, in the local newspaper, on bid boards, to ten firms capable of performing such work. Six bids were received by the bid opening deadline of 2:00 pm on January 7, 2026 (Bid Opening Log - Attachment 3). The Bid Book stated that the project would be awarded based on the lowest Base Bid. Arithmetic discrepancies were identified in the Total Cost calculations on bid sheets submitted by V. Lopez Jr. & Sons General Engineering Contractors, Inc., J.J. Fisher Construction, Inc., and The J.F. Will Company. Pursuant to the Bid Book, unit prices govern in the event of a discrepancy between unit prices and extended totals. The Total Costs shown in Table 3 reflect corrected amounts calculated by mu ltiplying the Quantity by the corresponding Unit Price submitted by each bidder in their bid documents. These discrepancies did not affect the determination of the lowest responsive bidder. Description V. Lopez Jr. JJ Fisher Brough R. Burke JF Will John Madonna BASE BID 666,641.85$ 683,904.00$ 695,000.00$ 731,321.00$ 835,037.74$ 847,711.15$ BID ALTERNATE 1 9,840.00$ 7,296.00$ 18,300.00$ 16,080.00$ 14,162.40$ 14,580.00$ BID ALTERNATE 2 95,112.50$ 139,258.00$ 141,490.00$ 108,970.00$ 137,524.90$ 129,899.50$ TOTAL (BASE + ALTERNATES)771,594.35$ 830,458.00$ 854,790.00$ 856,371.00$ 986,725.04$ 992,190.65$ Table 3 - Bid Summary Page 73 of 175 Item 9.h. City Council Award of 2026 Pedestrian Improvements Project January 27, 2026 Page 4 The total construction cost of Base Bid, Bid Alternate 1, Bid Alternate 2, and 20% contingency is $925,913.22, which is within the available budget of $1,124,095.00. ALTERNATIVES: The following alternatives are provided for the Council’s consideration: 1. Approve staff’s recommendation as stated above; 2. Do not approve staff’s recommendation and request further information; 3. Provide other direction to staff. ADVANTAGES: Proceeding with the 2026 Pedestrian Improvement Project will address longstanding pedestrian safety hazards along East Branch Street, Huasna Road near Strother Park, and Elm Street south of Sunset Drive. The project will reduce the risk of serious injury by implementing proven traffic-calming and pedestrian safety measures and by repairing sidewalk deficiencies with displacements greater th an three inches. Collectively, these improvements enhance pedestrian safety, improve accessibility, and advance the City’s adopted safety and active transportation goals. DISADVANTAGES: Construction will require temporary disruptions to vehicle and pedestrian traffic, as well as temporary impacts to on-street parking. Traffic control plans will be reviewed and approved by City staff and will include appropriate signage, flaggers, and pedestrian accommodations to minimize disturbance and maintain access to adjacent properties. ENVIRONMENTAL REVIEW: The project is categorically exempt from CEQA under Sections 15301 (Class 1 – Existing Facilities) and 15303 (Class 3 – New Construction of Small Facilities), as it consists of repair and minor alteration of existing public facilities and construction of small pedestrian and traffic safety improvements within the existing public right-of-way, with no expansion of use beyond existing conditions. PUBLIC NOTIFICATION AND COMMENTS: The Agenda was posted at City Hall and on the City’s website in accordance with Government Code Section 54954.2. ATTACHMENTS: 1. Resolution 2. HSIP Allocation Letter 3. Bid Opening Log Sheet 4. Proposed Contract Page 74 of 175 65501.00015\42788974.6 ATTACHMENT 1 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ARROYO GRANDE AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION CONTRACT FOR THE 2026 PEDESTRIAN IMPROVEMENTS PROJECT (PW 2025-19) TO V. LOPEZ JR. & SONS GENERAL ENGINEERING CONTRACTORS INC. WHEREAS, longstanding pedestrian safety concerns along East Branch Street from Mason Street to Huasna Road, and on Husana Road near Strother Park, were documented in multiple City safety planning documents and the San Luis Obispo Council of Governments (SLOCOG) Regional Road Safety Action Plan; and WHEREAS, a sidewalk gap on Elm Street south of Sunset Drive was prioritized in the 2025 Active Transportation Plan (ATP) due to safety concerns and a history of a serious injury accident; and WHEREAS, sidewalk deficiencies, including displacements greater than three inches, were evaluated and prioritized in the City’s 2025 Sidewalk Management Program; and WHEREAS, on December 11, 2025, the City solicited bids for the 2026 Pedestrian Improvements Project to address the pedestrian and safety concerns described above; and WHEREAS, six bids were received by the bid opening deadline of 2:00 pm on January 7, 2026, and the lowest bid was submitted by V. Lopez Jr. & Sons General Engineering Contractors Inc.; and WHEREAS, funding for this project, consisting of a Highway Safety Improvement Program (HSIP) grant award and City budgeted funds from Fiscal Years 24 -25 and 25-26, is sufficient to complete the Base Bid, Bid Alternate 1 and Bid Alternate 2; and WHEREAS, staff recommends awarding the construction contract to V. Lopez Jr. & Sons General Engineering Contractors Inc. for the Base Bid, Bid Alternate 1, and Bid Alternate 2; and NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Arroyo Grande, as follows: 1. RECITALS. The foregoing recitals are true and correct and are incorporated herein. 2. BID AWARD. The City Council authorizes the City Manager or designee to execute a construction contract for the 2026 Pedestrian Improvements Project Page 75 of 175 65501.00015\42788974.6 RESOLUTION NO. PAGE 2 (PW 2025-19) to V. Lopez & Sons General Engineering Contractors Inc. for $771,594.35 subject to any minor, technical, or non-substantive changes as approved by the City Manager in consultation with the City Attorney, and to approve change orders of 20% of the contract amount, $154,318.87, for unanticipated costs and additional sidewalk repairs during the construction phase of this Project. The City Council incorporates the analysis of the Staff Report dated January 27, 2026, accompanying this item, as part of the passage of this Resolution. 3. CEQA FINDINGS. categorically exempt from the California Environmental Quality Act (“CEQA”) under Sections 15301 (Class 1 – Existing Facilities) and 15303 (Class 3 – New Construction of Small Facilities), as it consists of repair and minor alteration of existing public facilities and construction of small pedestrian and traffic safety improvements within the existing public right -of- way, with no expansion of use beyond existing conditions. On motion of Council Member , seconded by Council Member , and on the following roll call vote, to wit: AYES: NOES: ABSENT: The foregoing Resolution was passed and adopted this 27th day of January 2026. Page 76 of 175 65501.00015\42788974.6 RESOLUTION NO. PAGE 3 _________________________________________ CAREN RAY RUSSOM, MAYOR ATTEST: ________________________________________ JESSICA MATSON, CITY CLERK APPROVED AS TO CONTENT: ________________________________________ MATTHEW DOWNING, CITY MANAGER APPROVED AS TO FORM: ________________________________________ ISAAC ROSEN, CITY ATTORNEY Page 77 of 175 65501.00015\42788974.6 RESOLUTION NO. PAGE 4 Exhibit A License: Class A 372751 DIR#:1000004631 Addendum:Yes Bid Bond:Yes No. SS(1)Description Estimated Quantity Unit Unit Cost Total Cost 1 77 Mobilization, Pothole, Demobilization and Cleanup 1 LS $18,000.00 $18,000.00 2 77 Sheeting, Shoring, Bracing, Shielding and Excavation Safety Measures 1 LS $6,000.00 $6,000.00 3 7, 12 Traffic Control 1 LS $35,000.00 $35,000.00 4 13 Water Pollution Control Plan 1 LS $3,000.00 $3,000.00 5 77 6" C900 PVC Waterline 221 LF $180.00 $39,780.00 6 77 8" C900 PVC Waterline 296 LF $190.00 $56,240.00 7 77 8" Waterline Tie-in at Wesley St & W Branch St 1 LS $14,000.00 $14,000.00 8 77 Larchmont Drive & Wesley Street Lowering & Connection 1 LS $13,000.00 $13,000.00 9 77 6" Waterline Tie-in at Vernon St & W Branch St (special order hot tap sleeve per plan)1 LS $13,000.00 $13,000.00 10 77 Connection on Vernon Street to Existing 6" ACP 1 LS $10,000.00 $10,000.00 11 77 Install Air & Vacuum Relief Valve Assembly 1 EA $7,000.00 $7,000.00 12 77 Install Fire Hydrant Assembly (hydrant provided by City) & Blue Reflector 1 EA $14,000.00 $14,000.00 13 77 Reconnect Fire Hydrant Assembly in Street 1 EA $8,500.00 $8,500.00 14 77 Reconnect Double Check Detector w/ FDC in Street 1 LS $8,500.00 $8,500.00 15 73, 77 Reconnect Water Service Manifold in Street 1 LS $8,000.00 $8,000.00 16 73, 77 Reconnect 1" Water Services in Street 2 EA $2,500.00 $5,000.00 17 73, 77 Reconnect 2" Water Services in Street 1 EA $4,000.00 $4,000.00 18 73, 77 1.5"-2" Water Service Replacement & Sidewalk Repairs 1 EA $12,000.00 $12,000.00 19 73, 77 1" Water Service Replacement in Unpaved 1 EA $5,500.00 $5,500.00 20 77 Disinfection & Pressure Testing of Piping 517 LF $12.00 $6,204.00 21 77 Abandonment, Cap and Demolition of Existing Water Lines & Valves 1 LS $9,000.00 $9,000.00 22 77 Remove Fire Hydrant Assembly & Abandon 1 EA $1,500.00 $1,500.00 23 39, 77, 84 Pavement Trench Repair (allowance)51 TON $700.00 $35,700.00 24 39, 77, 84 Pavement Stencil (allowance)1 LS $2,000.00 $2,000.00 25 39, 77, 85 Red Curb Paint (allowance)60 LF $10.00 $600.00 $335,524.00 BASE BID R. Baker, Inc. P.O. Box 419 Arroyo Grande, CA 93421 BASE BID: No. Description Unit Unit Cost Quantity Total Cost Quantity Total Cost 1 Replace 1" Galvanized Water Service with Brass & PVC per City Standard 6210, average 20 LF length, including meter box (OldCastle Fibrelyte FL12)EA $3,300.00 164 $541,200.00 66 $217,800.00 2 Replace and Reconnect Meter Boxes (OldCastle Fibrelyte FL12) on a shared water service EA $2,400.00 24 $57,600.00 7 $16,800.00 3 Concrete pad and sidewalk repair around meter boxes, estimated 20 SF per service, per City Std. 4110 SF $47.50 3280 $155,800.00 1320 $62,700.00 $754,600.00 $297,300.00 REVISEDBID ALTERNATE 1 ORIGINAL Page 78 of 175 STATE OF CALIFORNIA - CALIFORNIA STATE TRANSPORTATION AGENCY GAVIN NEWSOM, Governor DEPARTMENT OF TRANSPORTATION Division of Local Assistance 1120 N STREET P.O. BOX 942874, MS# 1 Sacramento, CA 94274-0001 TTY 711 File : 05-SLO-0-ARGD HSIPSL-5199(039) E. Branch east of Mason St to Le Point Terrace & Huasna Rd at Rosewood Lane near Strother Park. November 17, 2025 Ms. Shannon Sweeney City Engineer City of Arroyo Grande 300 E. Branch Street Arroyo Grande, CA 93420 Dear Ms. Sweeney: Your letter dated November 12, 2025 requested an allocation of State funds from the Highway Safety Improvement Program (HSIP) project (project location: E. Branch east of Mason St to Le Point Terrace & Huasna Rd at Rosewood Lane near Strother Park.). The State hereby makes the allocation in the amount of $340,560.00 of State funds for Construction phase of this project effective November 14, 2025. You may now proceed with the Construction phase of the project. Any work for the Construction phase that has been approved for funding and is performed after this date will be eligible for reimbursement. Please refer to the Finance Letter for the complete approved funding of all phases for this project. All projects require a Master Agreement and Program Supplement Agreement to be in place prior to the payment of project invoices. If one has not already been executed, this office will soon send you a Program Supplement Agreement and Master Agreement for execution. Please do not submit invoices for this project until the agreements are fully executed by both you and the State. Invoices are to be submitted at a minimum of every six (6) months in order to remain active. If you have any questions, please contact your District Local Assistance Engineer. Sincerely, for TANZEEBA KISHWAR, Chief Office of Project Management Oversight - North Division of Local Assistance c: DLA AE Project Files (05) DLAE - Cori Marsalek Local Program Accounting HQ HSIP Manager - Richard Ke Program Phase Request Date Request Amount Allocation HSIPS Construction 11/12/2025 $340,560.00 11/14/2025 ATTACHMENT 2 Page 79 of 175 ATTACHMENT 3 Page 80 of 175 ATTACHMENT 4 CITY OF ARROYO GRANDE LONG FORM BID BOOK CONSTRUCTION CONTRACT This CONTRACT, No. ________ is made and entered into this ____ day of _______, ______, by and between City of Arroyo Grande, sometimes hereinafter called “City,” and V. Lopez Jr. & Sons General Engineering Contractors Inc., sometimes hereinafter called “Contractor.” WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other as follows: a. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated in the Contract, and shall provide all labor, materials, equipment, tools, utility services, and transportation to complete all of the Work required in strict compliance with the Contract Documents as specified in Section (e), below, for the following Project: 2026 PEDESTRIAN IMPROVEMENTS (PW 2025-19) HSIPSL-5199(039) The Contractor and its surety shall be liable to the City for any damages arising as a result of the Contractor’s failure to comply with this obligation. b. TIME FOR COMPLETION. Time is of the essence in the performance of the Work. The Work shall be commenced on the date stated in the City’s Notice to Proceed. The Contractor shall complete all Work required by the Contract Documents within 60 working days from the commencement date stated in the Notice to Proceed. By its signature hereunder, Contractor agrees the time for completion set forth above is adequate and reasonable to complete the Work. c. CONTRACT PRICE. The City shall pay to the Contractor as full compensation for the performance of the Contract, subject to any additions or deductions as provided in the Contract Documents, and including all applicable taxes and costs, the sum of Seven Hundred Seventy- One Thousand, Five Hundred Ninety-Four Dollars and Thirty-Five Cents ($771,594.35). Payment shall be made as set forth in the General Conditions. d. LIQUIDATED DAMAGES. In accordance with Government Code section 53069.85, it is agreed that the Contractor will pay the City the sum set forth in Section 00 73 13, Article 1.11 for each and every calendar day of delay beyond the time prescribed in the Contract Documents for finishing the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this is not paid, the Contractor agrees the City may deduct that amount from any money due or that may become due the Contractor under the Contract. This Article does not exclude recovery of other damages specified in the Contract Documents. e. COMPONENT PARTS OF THE CONTRACT. The “Contract Documents” include the following: Notice Inviting Bids Instructions to Bidders Bid Form Bid Bond Page 81 of 175 ATTACHMENT 4 Designation of Subcontractors Information Required of Bidders Non-Collusion Declaration Form Iran Contracting Act Certification Public Works Contractor Registration Certification Fleet Compliance Certification Performance Bond Payment (Labor and Materials) Bond General Conditions Special Conditions Technical Specifications Addendum No. 1 Plans, Drawings and Bid Book Applicable Local Agency Standards and Specifications, as last revised Approved and fully executed change orders Any other documents contained in or incorporated into the Contract The Contractor shall complete the Work in strict accordance with all of the Contract Documents. All of the Contract Documents are intended to be complementary. Work required by one of the Contract Documents and not by others shall be done as if required by all. This Contract shall supersede any prior agreement of the parties. f. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Each and every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor shall comply with all requirements of applicable federal, state and local laws, rules and regulations, including, but not limited to, the provisions of the California Labor Code and California Public Contract Code which are applicable to this Work. g. INDEMNIFICATION. Contractor shall provide indemnification and defense as set forth in the General Conditions. h. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor Code which such rates shall be made available at the City’s Administrative Office or may be obtained online at http://www.dir.ca.gov and which must be posted at the job site. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] Page 82 of 175 ATTACHMENT 4 IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties, on the day and year above written. City of Arroyo Grande Approved By: Matthew Downing, City Manager Attested By: Jessica Matson, City Clerk Approved As To Form: Isaac Rosen, Best Best & Krieger City Legal Counsel V. Lopez Jr. & Sons General Engineering Contractors Inc. Vince Lopez III, President END OF CONTRACT Page 83 of 175 ATTACHMENT 4 EXHIBIT ‘A’ BID FORM INCLUDING BID SCHEDULE Page 84 of 175 ATTACHMENT 4 Page 85 of 175 ATTACHMENT 4 Page 86 of 175 ATTACHMENT 4 Page 87 of 175 ATTACHMENT 4 Page 88 of 175 ATTACHMENT 4 Page 89 of 175 ATTACHMENT 4 Page 90 of 175 ATTACHMENT 4 Page 91 of 175 ATTACHMENT 4 Page 92 of 175 ATTACHMENT 4 Page 93 of 175