Agenda Item Wording:
title
Authorize the City Manager to award and enter into a design services contract with Peters Engineering Group to design and prepare construction bid documents for the Shirk Street and State Route 198 Operational Improvements project, in the amount not to exceed $705,970 and, appropriate a total of $781,000 from the Transportation Impact Fee (241) and the Measure R Local (131) Fund.
body
Deadline for Action: None
Submitting Department: Administration - CIP Engineering
Contact Name and Phone Number:
Adrian Rubalcaba, Associate Engineer, Adrian.Rubalcaba@visalia.city, (559)713-4507
Frank Senteno, City Engineer, Frank.Senteno@visalia.city, (559)713-4331
Nick Mascia, Assistant City Manager, Nick.Mascia@visalia.city, (559) 713-4323
Department Recommendation:
Staff recommends that City Council authorize the City Manager to award and execute the contract with Peters Engineering Group, in the amount not to exceed $705,970, to design and prepare construction bid documents for the Shirk Street and Highway 198 operational improvements project; and appropriate $390,500 from the Transportation Impact Fee (241) Fund and $390,500 from the Measure R Local Fund (131).
Background Discussion:
City staff seeks to procure design services from a qualified consulting firm to accomplish the project objectives. The purpose of this project is to improve Shirk Street at State Route 198 (SR 198), more particularly the segment of Shirk Street north and south of SR 198, between Hillsdale Avenue and the eastbound on/off ramps located south of the highway. The project objectives are to reduce delay and improve operations of the major intersection by installing traffic signals at the east and westbound on/off ramps, street improvements to match lane configurations as defined in the City’s Shirk Street Enhancement Project, and a revised lane configuration within the existing Shirk Street bridge overcrossing (ref: Exhibit A, Figure A.1 attached hereto). The consultant scope will include all necessary coordination and permit approval processes with Caltrans and develop the Plans, Specifications, and Cost Estimates (PS&E) to obtain bids for construction.
Prior Interchange Studies:
City staff is requesting design funding for the identified project improvements following the results of the Feasibility Study and Intersection Control Evaluation (ICE study) completed by Caltrans. The ICE study was coordinated by City staff as part of a Capital Improvement Project (CIP). Council approved the Shirk Interchange at SR 198 ICE study (CP0295) as part of the adoption of the FY 2018-19 and FY 2019-20, two-year budget cycle. The CIP objectives were to work with Caltrans to go through the ICE process to identify near-term operation access strategies and concepts to improve this major intersection. The efforts were in response to the recent traffic operations analysis completed by Caltrans with the SR 198 Corridor Study for the Shirk Street interchange. Caltrans completed the SR 198 Corridor Study in September 2016 which included a traffic operational analysis forecast of the Shirk Street and SR 198 interchange for the years 2025, 2030, and 2040. The results identified the need for improvements for an ultimate design of a L-9 Interchange (a conceptual L-9 configuration is provided under Exhibit B attached hereto for reference) and that construction of the L-9 interchange be implemented in three phases for affordability. The ultimate L-9 design is the only alternative that produces an acceptable Level of Service and associated delay time that can accommodate the projected year 2040 traffic demand. The term Level of Service (LOS) refers to a qualitative measure that describes the operational conditions of a roadway or traffic stream based on factors such as speed, travel time, maneuverability, delay, and safety. The LOS is further defined and categorized by letter designations, ranging from A to F, with the letter A representing the best operating conditions and F as the worst.
The acceptable LOS for intersections in the City of Visalia is a LOS D or better, any intersection operating at a lower LOS E or F is considered deficient and the study projected that by the year 2025, both the east and westbound on/off ramps would perform below acceptable levels. Because of the significant expenditures related to each of the ultimate design phases, City staff requested that Caltrans conduct a feasibility study to determine if traffic signals might be an option to provide short-term operational benefits that can be implemented immediately to offer a more affordable approach while the needed funds are pursued by the City of Visalia for the ultimate phased-design configuration. Caltrans advised City staff that a scaled down version of an ICE study would be required, and so the City and Caltrans negotiated the scope, schedule, and funding of the ICE study and entered into a cooperative agreement on January 24, 2019. The ICE study was finalized and signed by Caltrans on September 13, 2023.
The scope of the cooperative agreement for the ICE study was to analyze three different types of traffic control alternatives (signalized, roundabouts, and all-way-stop or “no-build”) for both the east and westbound on/off ramp intersections. The analyses for the intersections were performed for the years 2025, 2030, and 2035 which would represent the assumed anticipated years of construction. Each alternative is analyzed for performance factors such as peak-hour LOS, constructability, and project costs. The following summarizes each alternative and associated results:
• Alternative (1) - Signalize Ramp Intersections
This alternative is to install a traffic signal at each of the ramp intersections, synchronize the two signals to maximize operations at peak-hour traffic, and together with City’s CIP’s to widen Shirk Street providing 4-lanes of travel from the north, the projected results are tabulated below:
Year |
Period |
Eastbound Ramp Intersection LOS |
Westbound Ramp Intersection LOS |
2025 |
AM |
C |
D |
|
PM |
C |
D |
2030 |
AM |
D |
E |
|
PM |
D |
D |
2035 |
AM |
E |
E |
|
PM |
E |
E |
The analysis indicates that both signalized ramp intersections would operate at an acceptable level of service during peak hours in year 2030 and begin to operate below acceptable levels by year 2035. The study provides that this alternative may be attractive as the near-term interim solution because it would be low cost due to the minimal required roadwork with no impact to the bridge structure. The projected cost for each signal is $500,000.
• Alternative (2) - Roundabout Control Improvement
This alternative is to reconstruct the intersections to roundabouts, which would include construction of sidewalks, splitter islands, lighting, and accommodation of large vehicles. The projected results are tabulated below:
Year |
Period |
Eastbound Ramp Intersection LOS |
Westbound Ramp Intersection LOS |
2025 |
AM |
A |
A |
|
PM |
B |
A |
2030 |
AM |
B |
C |
|
PM |
C |
B |
2035 |
AM |
C |
E |
|
PM |
E |
C |
The analysis indicates that the roundabouts would operate at an acceptable level of service during peak hours in year 2030 and begin to operate below acceptable levels by year 2035. The study provides that this alternative would require extensive roadway work and a larger intersection footprint. The cost of this alternative would be much higher than Alternative (1) and projected to be approximately $4M/each.
• Alternative (3) - “No-Build”
This is a no-build alternative, and the ramp intersections would remain the same with existing all-way-stop control. The projected results are tabulated below:
Year |
Period |
Eastbound Ramp Intersection LOS |
Westbound Ramp Intersection LOS |
2025 |
AM |
E |
F |
|
PM |
D |
F |
2030 |
AM |
F |
F |
|
PM |
F |
F |
2035 |
AM |
F |
F |
|
PM |
F |
F |
The analysis indicates that the intersections will deteriorate to unacceptable levels during peak hours in year 2025. The study provides that this alternative is the least favorable in terms of intersection operations and would not be a viable option because it would not address the operational deficiencies.
The study shows the most favorable alternatives (Alternatives 1 and 2) would offer acceptable operational solutions for the near-term at the east and westbound on/off ramp intersections, however Alternative 1 (signalization) appears to provide the higher overall benefit based on performance and affordability. In order to implement the recommended alternative (now titled the Shirk St and SR 198 Operational Improvements project), Caltrans and City staff have agreed to an improvement phasing strategy as follows:
• That the City amend the existing CEQA document completed for the Mill Creek culvert/Shirk widening project (CP0305) to include the Shirk St and SR 198 Operational Improvements project.
• Caltrans will accept the Shirk St and SR 198 Operational Improvements project with a commitment from the city to initiate a long-term operational improvement project within 10 years of completion or sooner if operations at the ramp intersections begin to breakdown.
• That the Shirk St and SR 198 Operational Improvements project will be completed through Caltrans DEER process.
• Updated traffic counts will be collected one year after completion of the Shirk Capacity Enhancement project (CP0369) and traffic conditions to be monitored thereafter for need of additional improvements.
• A Project Initiation Document (PID) for a long-term solution to interchange operations be initiated within 10 years of completion of the Shirk Street and SR 198 Operational Improvements project.
In summary, the ICE study focused on analyzing interim operational improvements that could be implemented and postpone the need for complete reconstruction of the Shirk Street interchange. This provides the City a more affordable approach to improve deteriorating traffic operations, less rigorous and costly permitting processes through Caltrans to implement the Shirk Street and SR 198 Operational Improvements project, and allows additional timing to seek funding and design strategies towards the long-term interchange operational improvements.
Consultant Selection Process:
In order to accomplish the project objectives, City staff developed a Request For Proposal (RFP) to solicit a qualified consulting firm to perform the necessary coordination and permit approval processes with Caltrans and provide professional design services to produce the Plans, Specifications, and Cost Estimates (PS&E) to obtain bids for construction. The City of Visalia advertised RFP No. 22-23-30 for “Professional Design Services for the Highway 198 at Shirk Street Operational Improvement Project” on January 10, 2023 but was unsuccessful in obtaining proposals by the submittal deadline thereby nullifying RFP 22-23-30. However, City staff did receive one response to the RFP post the advertised deadline. In the spirit of keeping forward momentum, CIP Engineering Staff worked with purchasing to procure additional interest, as an alternate procurement process to the unsuccessful RFP, by re-approaching two other local consulting firms that had previously received the RFP packet. The City received “not-interested” responses from both local firms and therefore proceeded to evaluate the single proposal received. The list of consultants is provided below:
No. |
Consultant |
Location |
1 |
Peters Engineering Group (submitted) |
Clovis, CA |
2 |
4Creeks (not interested) |
Visalia, CA |
3 |
QK (not interested) |
Visalia, CA |
The single proposal, submitted by Peters Engineering Group, was reviewed by a committee comprised of City engineering staff to evaluate the consultants’ qualifications, references, and scope proposal. Peters Engineering Group has successfully completed projects similar in scope for the City of Visalia, including two interchange projects - Akers Street & SR 198 improvements and Plaza Drive & SR 198 improvements. After negotiations with the consultant, City staff recommends that the contract be awarded to Peters Engineering Group.
Preliminary Schedule
Project initiation is slated to begin by December 2023. Caltrans coordination, permitting, and final plans are anticipated to be completed by the fall 2024. Construction is planned for the beginning of 2025, pending obtaining needed funding for construction.
Shirk Street Projects:
The City’s current Circulation Element, adopted as part of Visalia’s General Plan in October 2014, identifies Shirk Street as a 110-foot arterial roadway consisting of a 4-lane street with a center median. Most of Shirk Street will require widening from the existing 2-lanes to 4-lanes to be consistent with the General Plan. There are currently two congestion management projects underway along the Shirk Street corridor, north of Highway 198, per City Council approved funding for the Shirk Capacity Enhancement projects. The projects are as follows:
- Mill Creek Culvert/Shirk widening project (CP0305)
This project is located just south of School Avenue. The project includes widening of Shirk by installing a box culvert over Mill Creek that runs parallel with the road (along the east side).
The project is currently under design with an anticipated construction start-up schedule in late summer of 2024.
- Shirk Capacity Enhancement & Sewer Line project (CP0369)
This project includes the Shirk Street segment between School and Riggin Avenues. The project consists of widening the east side of Shirk Street at various locations to accommodate four lanes of travel along with the installation of a center two-way left turn lane. In addition, the project will also install approximately 8,200 lineal feet of 48” diameter sewer trunkline and associated infrastructure in the existing roadway.
The project is anticipated to bid later this fall of 2023 with construction anticipated to start in the beginning of next year and completed by winter 2024.
The Shirk Corridor projects exhibit can be found under Exhibit A, Figure A.2.
Fiscal Impact:
Staff recommends an appropriation of funds to fund the design phase of the Shirk Street and Highway 198 Operational Improvements project. Design will be funded through Transportation Impact Funds (241) and Measure R Local Funds (131).
Staff currently estimates the cost of construction will be approximately $3,000,000. Staff is working with the Tulare County Association of Governments (TCAG) to identify a potential funding source, in particular a non-federal grant, to fund the cost of construction. Completing the design phase of a project will increase the chances of receiving an award of funds for construction. Some grant applications will include the projects’ readiness to proceed to construction as a selection criterion for awarding a grant. This includes obtaining environmental clearance and completing the plans and specifications.
Budget Summary |
Amount |
Design Consultant |
$ 705,970 |
City Staff Design/Admin |
$ 50,000 |
Land Acq./Easements |
$ 20,000 |
Permitting |
$ 5,030 |
Total Estimated Design Costs |
$ 781,000 |
|
|
Construction Costs |
$2,500,000 |
Construction Contingency |
$ 250,000 |
Construction CM, Survey & Testing |
$ 250,000 |
Total Estimated Construction Costs |
$3,000,000 |
|
|
Total Project Cost (Estimated) |
$3,781,000 |
|
|
Appropriation Request (Design Phase) |
|
Transportation Impact Fee (241) |
$390,500 |
Measure R Local (131) |
$390,500 |
Total Appropriation Request |
$781,000 |
|
|
Future Appropriation (Estimated) |
($3,000,000) |
The total contract award to Peters Engineering Group will be in the amount, not to exceed, $705,970.00. This total includes optional Additional Services in the amount of $207,310.00 for right-of-way, appraisals, acquisitions, environmental technical studies, hydraulic studies, and bid assistance services however their need will be further determined as the design and permitting processes progress. The total basic project services amount for Peters Engineering Group to complete the necessary coordination and permit approval processes with Caltrans and provide professional design services to produce the Plans, Specifications, and Cost Estimates (PS&E) to obtain bids for construction is $498,660.00.
Prior Council Action:
None
Other:
None.
Alternatives:
Not award contract to Peters Engineering Group.
Recommended Motion (and Alternative Motions if expected):
recommendation
I move to authorize the City Manager to enter into a design services contract with Peters Engineering Group in the amount of $705,970.00 and appropriate $781,000 as outlined within this report.
end
Environmental Assessment Status:
An addendum to the CEQA documentation prepared for the Shirk Widening over Mill Creek project (CP0305) is required.
CEQA Review:
CEQA addendum will be prepared to supplement the existing Initial Study / Mitigated Negative Declaration adopted by the City in January 2020.
Attachments:
1. Location Map
2. Exhibit A
3. Exhibit B