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