File #: 18-4828    Version: 1
Type: Consent
In control: City Council/Successor Agency to the Redevelopment Agency/Public Financing Authority/Parking Authority Concurrent
Final action:
Title: APPROVE CONTRACT FOR DESIGN OF THE BUS RAPID TRANSIT, PHASE 1-B
Attachments: 1. Attachment A - Vicinity Map, 2. Attachment B - Professional Services Contract - Bus Rapid Transit 1-B

title

APPROVE CONTRACT FOR DESIGN OF THE BUS RAPID TRANSIT, PHASE 1-B

 

recommended action

RECOMMENDATION

 

It is recommended that the City Council approve a motion to:

 

1.                     Award a Professional Services Contract to Kimley-Horn and Associates, Inc. of Oakland, CA, in the amount of $128,290.86, for design of the Bus Rapid Transit, Phase 1-B, Project No. PW1515/Federal Project No. CML 5008(148).

 

2.                     Approve findings pursuant to Stockton Municipal Code section 3.68.070 in support of an exception to the competitive bidding process.

 

It is also recommended that the City Manager be authorized to take appropriate and necessary actions to carry out the purpose and intent of this motion.

 

body

Summary

 

The City partnered with the San Joaquin Regional Transit District (SJRTD) to implement Bus Rapid Transit (BRT) projects in the City.  BRT routes provide faster service, greater service reliability, and increased customer convenience when compared with regular transit service.  Phase 1-B of this implementation will provide express bus service along segments of Pacific Avenue, Madison Street, Fremont Street, Center Street, Miner Avenue, and Sutter Street, and will connect with other existing BRT routes at the Downtown Transit Center.  The BRT, Phase 1-B project will modify all traffic signals along the route to provide transit signal priority to buses that the route.  The project was included in the Fiscal Year (FY) 2015-20 Capital Improvement Plan (CIP). 

 

The BRT, Phase 1-B project is funded by a Congestion Mitigation Air Quality (CMAQ) program grant.  The CMAQ program is a competitive federal grant that funds projects showing a significant benefit to traffic congestion and air quality.

 

On May 24, 2018, the City advertised a Request for Proposals (RFP) for the design of the BRT, Phase 1-B project.  On June 19, 2018, two firms submitted proposals for this project.  Staff evaluated the proposals and found Kimley-Horn and Associates, Inc., of Oakland, CA, to be the most qualified and highest ranked firm. 

 

It is recommended that Council approve a motion authorizing the City Manager to execute a Professional Services Contract in the amount of $128,290.86 with Kimley-Horn and Associates, Inc.  It is anticipated that the design will be completed by May 2019.

 

This project is subject to federal Disadvantaged Business Enterprise (DBE) requirements.

 

DISCUSSION

 

Background

 

The City partnered with SJRTD to implement BRT projects in the City.  BRT routes provide faster service, greater service reliability, and increased customer convenience when compared with regular transit service. SJRTD BRT provide service every 15 minutes during weekday peak hours, and every 30 minutes on weeknights, weekends, and holidays. The first BRT route was put in service 10 years ago and connects the Downtown Transit Center, Cesar Chavez Central Library, University of the Pacific, Delta College, Sherwood and Weberstown Malls, Lincoln Center, and Hammer Lane. Subsequent BRT routes or phases expanded the system by adding more connections along Dr. Martin Luther King Jr. Boulevard/Mariposa Road, Hammer Lane, and Airport Way. 

 

Construction and implementation of a BRT project is a collaborative effort between the City and SJRTD. The City’s role consists of modifying traffic signals to incorporate transit signal priority and emergency vehicle preemption (TSP/EVP) systems and ensuring that those systems communicate properly with SJRTD buses. SJRTD procures and installs the on-bus TSP emitters, bus shelters, ticket vending machines, concrete bus pads, and security cameras at designated locations along the BRT routes.

 

On January 28, 2014, by Motion No. 2014-01-28-1210, Council approved the submittal of an application to the San Joaquin Council of Governments for funding consideration through the competitive CMAQ grant program for the BRT, Phase 1-B project. CMAQ funds are available for transportation projects and programs that contribute to the attainment or maintenance of National Ambient Air Quality Standards. Phase 1-B will provide express bus service along segments of Pacific Avenue, Madison Street, Fremont Street, Center Street, Miner Avenue, and Sutter Street, and will connect with other existing BRT routes at the Downtown Transit Center (Attachment A - Vicinity Map). The BRT, Phase 1-B project will modify all traffic signals along the route to provide priority to buses that traverse the route. The project includes a roundabout at the intersection of Miner Avenue and San Joaquin Street; this roundabout will be designed and constructed as part of the Miner Avenue Complete Streets Improvements project. 

 

The minimum local match for the CMAQ program is 11.47 percent.  The BRT, Phase 1-B project CMAQ funding application in the total amount of $1,600,000 was approved, and the project received $1,416,480 in CMAQ federal funds. The required local match is $183,520.

 

On September 1, 2015, by Resolution No. 2015-09-01-1501, Council accepted grant funds from the San Joaquin Valley Air Pollution Control District (Valley Air District) Public Grant Program for the BRT, Phase 1-B project in the amount of $33,460. The grant provides a portion of the required local match to the CMAQ funds. These funds can only be used for construction related work. The remaining local match is eliminated by use of Toll Credits.  The project was included in the FY 2015-20 CIP. In March 2016, staff requested and received authorization from Caltrans to proceed with the project preliminary engineering.  This work was delayed due to coordination with the Miner Avenue Complete Streets project, including reprogramming of funds associated with the roundabout. All necessary approvals for this reprogramming have now been obtained and engineering work on the BRT 1-B project can proceed.

 

Since the project is funded with federal transportation dollars, DBE program rules apply. DBE rules require that the consultant either meet a calculated project specific DBE participation goal or undertake and document good faith efforts to do so. If the apparent low bidder does not meet the project goal, a Good Faith Efforts Evaluation must be made examining several specific factors. Failure to meet the goal or make adequate good faith efforts are grounds for rejecting a consultant’s proposal.

 

A DBE is a socially and economically disadvantaged small business owned by a woman or by a specified ethnic group that has been properly certified by Caltrans. These groups include:

 

                     African American

                     Asian Pacific American

                     Native American

                     Women

                     Hispanic American

                     Subcontinent Asian American

 

A DBE goal of nine percent was established for this project. The goal was calculated by examining the breakdown of the types of work to be performed, and the availability of certified DBE companies in our market area to perform the work.

 

The federal CMAQ funding restrictions prohibit the use of the Local Employment Ordinance (Stockton Municipal Code (SMC) section 3.68.095), and the Local Business Preference Ordinance (SMC section 3.68.090).

 

On July 26, 2016, Council adopted a Community Workforce and Training Agreement (CWTA).  The CWTA became effective August 25, 2016, and applies to all Public Works projects over $1 million that are bid after that date.  The CWTA was not applied to this project as federal regulations prohibit the use of such agreements.

 

Present Situation

 

On May 24, 2018, the City advertised a RFP for the design services of the BRT, Phase 1-B project.  On June 19, 2018, two proposals were received from the following firms:

 

                     Kimley-Horn and Associates, Inc. (Oakland, CA)

                     TJKM (Pleasanton, CA)

 

A committee evaluated and ranked all proposals based on each firm’s understanding of work, experience with similar kinds of projects, staff qualifications and technical ability, project approach, and familiarity with federal transportation funding procedures.

 

Kimley-Horn and Associates, Inc. received the highest ranking, based on the noted criteria, and was determined to be the most qualified firm for this project. Staff negotiated a fee of $128,290.86 with Kimley-Horn and Associates, Inc. for design services. This fee is approximately eight percent of the total estimated project cost, which is typical for projects of this type and scope. Kimley-Horn and Associates, Inc. has proposed 17 percent DBE participation, which exceeds the DBE goal of nine percent. It is anticipated that the design will be completed by May 2019.

 

Staff recommends Council approve a motion to award a Professional Services Contract in the amount of $128,290.86 to Kimley-Horn and Associates, Inc. for design services of the BRT, Phase 1-B project (Attachment B). 

 

Findings

Pursuant to SMC section 3.68.070, Council may approve findings which support an exception to the competitive bidding process. These findings include:

 

1.                     The City does not have staff available to design this project.

 

2.                     The scope of design services requires an engineering firm experienced in TSP/EVP systems.

 

3.                     Use of the RFP process is appropriate for this Professional Services Contract because it relies on the evaluation of professional qualifications and performance as the basis for selection of a vendor. Use of this criteria helps ensure selection of a vendor that will provide the highest quality professional service which is in the public interest.

 

4.                     The City negotiated a contract following solicitation of competitive proposals in accordance with SMC section 3.68.070.A.3.

 

The recommended motion will approve a Professional Services Contract with Kimley-Horn and Associates, Inc. in the amount of $128,290.86 for the BRT, Phase 1-B, Project No. PW1515/Federal Project No. CML 5008(148).

 

FINANCIAL SUMMARY

 

The project account for BRT, Phase 1-B, Project No. PW1515/Federal Project No. CML 5008(148) has a total project design budget of $318,000.  There is an unencumbered amount of $185,700 which is sufficient to award the Professional Services Contract in the amount of $128,290.86.  The remaining design funds will be used for project change orders, and staff costs.  Any unspent funds at the completion of the design phase will be reported to Caltrans for allocation to the construction phase of the project.

 

There is no impact to the City’s General Fund or any other unrestricted fund as a result of taking the recommended action.

 

Attachment A - Vicinity Map

Attachment B - Professional Services Contract with Kimley-Horn and Associates, Inc.