city of Chula Vista

File #: 18-0147    Name: TRF0389 TS SYSTEM IMPROVEMENTS
Type: Consent Item Status: Passed
In control: City Council
On agenda: 5/15/2018 Final action: 5/15/2018
Title: RESOLUTION NO. 2018-070 OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS AND AWARDING A CONTRACT FOR "TRAFFIC SIGNAL SYSTEM IMPROVEMENTS ALONG EAST H STREET, OTAY LAKES ROAD, AND TELEGRAPH CANYON ROAD FOR CAPITAL IMPROVEMENT PROJECT (CIP) TRF0389" TO SELECT ELECTRIC INC. IN THE AMOUNT OF $584,557; AND APPROPRIATING $220,000 FROM THE AVAILABLE BALANCE OF THE TRANSPORTATION DEVELOPMENT IMPACT FEE (TDIF) FUND TO TRF0389 (4/5 VOTE REQUIRED)
Attachments: 1. Attachment - 1 Project Location Map, 2. Attachment - 2 Bid Error Acknowledgement Letter, 3. Attachment - 3 Disclosure Statement_(SELECT), 4. Resolution

Title

RESOLUTION NO. 2018-070 OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS AND AWARDING A CONTRACT FOR “TRAFFIC SIGNAL SYSTEM IMPROVEMENTS ALONG EAST H STREET, OTAY LAKES ROAD, AND TELEGRAPH CANYON ROAD FOR CAPITAL IMPROVEMENT PROJECT (CIP) TRF0389” TO SELECT ELECTRIC INC. IN THE AMOUNT OF $584,557; AND APPROPRIATING $220,000 FROM THE AVAILABLE BALANCE OF THE TRANSPORTATION DEVELOPMENT IMPACT FEE (TDIF) FUND TO TRF0389 (4/5 VOTE REQUIRED)

 

Body

RECOMMENDED ACTION

Recommended Action

Council adopt the resolution.

 

Body

SUMMARY

On February 28, 2018, the Director of the Department of Engineering & Capital Projects received six (6) sealed bids for the “Traffic Signal System Improvements along East H Street, Otay Lakes Road, and Telegraph Canyon Road (TRF0389)” project. This is a federally assisted grant project (Federal No. HSIPL 5203(041)) that proposes the installation/expansion of an adaptive traffic control system in the City of Chula Vista to enhance safety, reduce traffic delays and improve traffic flow on major corridors.

 

ENVIRONMENTAL REVIEW

 

Environmental Notice

Environmental Notice

The Project qualifies for a Class 1 Categorical Exemption pursuant to Section 15301 (Existing Facilities) of the California Environmental Quality Act State Guidelines.

 

Body

Environmental Determination

The Director of Development Services has reviewed the proposed project for compliance with the California Environmental Quality Act (CEQA) and has determined that the project qualifies for a Class 1 Categorical Exemption pursuant to Section 15301 (Existing Facilities) of the State CEQA Guidelines because the project involves negligible or no expansion of an existing use. Thus, no further environmental review is required.

 

BOARD/COMMISSION RECOMMENDATION

Not Applicable. 

 

DISCUSSION

CIP Project TRF0389 is a federal aid project under the Highway Safety Improvement Program (HSIP) that will install/expand adaptive traffic control systems on major corridors in the City of Chula Vista. The project’s scope of work consists of the implementation of improvements supporting adaptive traffic signal systems along East H Street between Hidden Vista Drive and Auburn Avenue, Otay Lakes Road between Ridgeback Road and Telegraph Canyon Road, and Telegraph Canyon Road between Canyon Plaza Driveway east of I-805 and Buena Vista Drive, and the intersections of Paseo Del Rey and Plaza Court, Tierra Del Rey and private driveway (Costco driveway), and East J Street and Paseo Ranchero (Attachment 1). These improvements include the installation of modern traffic signal controllers, high definition traffic monitoring cameras, Ethernet communications, signal interconnect, and vehicle detection upgrades.

 

The original scope included adaptive traffic signal control system improvements to 19 signalized intersections, but was increased to include a total of 29 signalized intersections and the implementation of new communication network. The scope revision resulted from a need to update a non-performing adaptive traffic control system surrounding the Southwestern College area. City Staff determined that the required work to expand the adaptive traffic control system complies with the original objective of the TRF0389 project. Therefore, the additional work and costs will help implement a uniform and fully compatible adaptive traffic control system that will improve traffic flow and reduce traffic delays in the project area.

 

City Staff prepared plans and specifications and advertised the project on January 19, 2018. The Director of the Department of Engineering and Capital Projects received and opened six (6) sealed bid proposals for the project on February 28, 2018.  The bid results are as follows (listed in numerical order of bid total amount):

 

 

CONTRACTOR

BID AMOUNT

1

SELECT Electric, Inc.

$584,557.00*

2

Elecnor Belco Electric, Inc.

$639,818.00

3

DBX, Inc.

$712,664.00*

4

T & M Electric, Inc.

$831,435.00

5

HMS Construction, Inc.

$835,378.00*

6

Asplundh Construction, Corp.

$836,860.25

*Bid contained clerical errors that did not change the overall bid ranking

 

City Staff reviewed the apparent low bid proposal and found minor clerical errors that changed their base bid total from $584,737 to $584,557. The minor clerical errors did not change the ranking order of the lowest bid. SELECT Electric, Inc. submitted a letter acknowledging the clerical errors and stands by the corrected base bid total price of $584,557 (Attachment 2).

 

The low bid by SELECT Electric, Inc. of $584,557.00 is $7,579.50 (approximately 1.3%) above the Engineer’s estimate of $576,997.50 but within the acceptable range.

 

SELECT Electric, Inc. is currently an active licensed Class “A” - General Engineering Contractor, “B” - General Building Contractor, “C-7” - Low Voltage Systems and “C-10” - Electrical (License No. 297034) and has performed traffic signal construction work in the region with satisfactory performance. Staff has reviewed the bid submitted by SELECT Electric, Inc. and has determined it to be responsive.

 

City Staff is requesting additional funds required for the construction of the adaptive traffic control system. Although, the low bid by SELECT Electric, Inc. was within the acceptable Engineer’s estimate range, additional funds are requested to offset the costs incurred by the expansion of the system, video traffic surveillance system and implementation of new communications network.

 

Staff recommends that Council award the TRF0389 construction contract to SELECT Electric, Inc. in the amount of $584,557.00 and approves an additional appropriation of $220,000 from the TDIF fund to CIP TRF0389 to fund a portion of the new system expansion.

 

Wage Statement

 

The Contractor and its subcontractors are required by bid specifications to pay prevailing wages (“Prevailing Wage Rates”) to persons employed by them for work under this Contract. In accordance with the provisions of Section 1773 of the Labor Code of the State California, the City of Chula Vista has ascertained the general prevailing wage scales applicable to the work to be done. The prevailing wage scales are those determined by the Director of Industrial Relations, State of California.

 

Disclosure Statement

Attachment 3 is a copy of the Contractor’s Disclosure Statement.

 

DECISION-MAKER CONFLICT

Staff has reviewed the property holdings of the City Council members and has found no property holdings within 500 feet of the boundaries of the property which is the subject of this action. Consequently, this item does not present a disqualifying real property-related financial conflict of interest under California Code of Regulations Title 2, section 18702.2(a)(11), for purposes of the Political Reform Act (Cal. Gov’t Code §87100,et seq.).

 

Staff is not independently aware, and has not been informed by any City Council member, of any other fact that may constitute a basis for a decision maker conflict of interest in this matter.

 

LINK TO STRATEGIC GOALS

The City’s Strategic Plan has five major goals: Operational Excellence, Economic Vitality, Healthy Community, Strong and Secure Neighborhoods and a Connected Community. CIP Project TRF0389 supports two of the five major goals, Operational Excellence and Strong and Secure Neighborhoods. The proposed project will achieve these goals by leveraging advanced Intelligent Transportation Systems (ITS) technologies which aim to improve the operational efficiency of traffic signals; thus, creating an enhanced transportation infrastructure appealing to communities to continually live, work, and play in the City of Chula Vista.  In addition, the deployment of these new adaptive traffic control systems will include the installation of advanced transportation controllers (ATC) which can accommodate vehicle-to-infrastructure (V2I) technologies in support of our autonomous vehicle proving ground efforts.

 

CURRENT YEAR FISCAL IMPACT

Approval of the resolution will initiate the construction phase of TRF0389 and appropriate $220,000 in TDIF funds to TRF0389 in order to complete the project.  Sufficient funds are available in the TDIF fund balance for the appropriation.

 

FUNDS REQUIRED FOR CONSTRUCTION OF TRF0389

 

A. Contract Amount

 $584,557

B. Contingency (Approximately 15%)

 $88,443

C. Construction Inspection Staff Cost

 $47,000

TOTAL FUNDS REQUIRED FOR CONSTRUCTION

 $720,000

 

FUNDING SOURCES

 

A. TRF0389 - Highway Safety Improvement Program (HSIP Grant)

 $500,000

B. TRF0389 - TDIF (Appropriation)

 $220,000

TOTAL FUNDS REQUIRED FOR CONSTRUCTION

 $720,000

 

 

ONGOING FISCAL IMPACT

Upon completion of the project, the adaptive traffic control systems will be under a 3-year manufacturer maintenance and support agreement.  Other traffic signal improvements will require normal ongoing maintenance which is funded through the traffic signal maintenance budget.

 

ATTACHMENTS

1.                     Project Location Map

2.                     Contractor’s Bid Error Acknowledgement Letter

3.                     Contractor’s Disclosure Statement

 

Staff Contact: José Serrato, Assistant Civil Engineer