File #: 2020-661    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 9/16/2020 In control: City Council
On agenda: 10/6/2020 Final action:
Title: CONSIDER AN AWARD OF A CONSTRUCTION CONTRACT FOR PROJECT NO. 1422: BROADWAY INTERSECTION IMPROVEMENTS - TRAFFIC SIGNAL MODIFICATIONS (CITY COUNCIL)
Attachments: 1. Exhibit No. 1 - Location Map.pdf, 2. Exhibit No. 2 - Resolution 20-152.pdf
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Report to Mayor and City Council

Tuesday, October 06, 2020

Consent

 

 

SUBJECT:                     

Title

CONSIDER AN AWARD OF A CONSTRUCTION CONTRACT FOR PROJECT NO. 1422: BROADWAY INTERSECTION IMPROVEMENTS - TRAFFIC SIGNAL MODIFICATIONS (CITY COUNCIL) 

 

Body

I.                     SUMMARY

Project No. 1422: Broadway Intersection Improvements - Traffic Signal Modifications is one of the City’s Capital Improvement Program (CIP) projects currently in progress (Exhibit No. 1).

City Council approved the plans, specifications and estimates (PS&E) and authorized staff to advertise the work and call for bids on February 4, 2020.

The project was advertised from July 16, 2020 to August 6, 2020.  Six bids were received and opened by City Clerk on August 6, 2020.  The lowest responsive and responsible bidder is Elecnor Belco Electric Inc. with a bid in the amount of $1,188,835.00.

This project is subject to the requirement of the City's Project Labor Agreement (PLA).  The selected contractor and all subcontractors have an obligation to comply with all of the terms of the PLA.

II.                     RECOMMENDATION

Recommendation

TAKE the following actions:

1.                     AWARD a Construction Contract for Project No. 1422: Broadway Intersection Improvements - Traffic Signal Modifications, in the amount of $1,188,835.00 to the lowest responsible bidder, Elecnor Belco Electric Inc.

2.                     AUTHORIZE the expenditure of construction contingency, if necessary, in an amount not-to-exceed $118,883.50 (10%) for change orders such as the removal and remediation of contaminated soil, substructure conflicts, and other unforeseen construction work that may be required to complete this project. 

3.                     ADOPT Resolution No. 20-152, “A RESOLUTION OF THE CITY OF CARSON CITY COUNCIL AMENDING THE FISCAL YEAR 2020-21 BUDGET IN THE SPECIAL REVENUE FUND.”

4.                     AUTHORIZE the Mayor to execute a construction contract following approval as to form by the City Attorney.

Body

III.                     ALTERNATIVES

1.                     REJECT all bids.

2.                     TAKE another action the City Council deems appropriate, consistent with the requirements of the law.

IV.                     BACKGROUND

The City’s CIP calls for the construction of Project No. 1422: Broadway Intersection Improvements - Traffic Signal Modifications.

The project will improve the operation, efficiency, and visibility of five signalized intersections by upgrading the signal lights, poles and mast arms, and other related traffic signal equipment that is located on Broadway between Alondra Boulevard and Victoria Street. Broadway is a major north-south four lane arterial truck route that is adjacent to heavy- and light industrial land uses with some commercial establishments.  The length of the corridor is 1.5 miles and the signalized intersections include the following locations:

1.                     Alondra Boulevard at Broadway

2.                     Gardena Boulevard at Broadway

3.                     Albertoni Street at Broadway

4.                     Pedestrian Crossing (south of Albertoni Street) at Broadway

5.                     Victoria Street at Broadway

On February 4, 2020, the City Council approved the PS&E and authorized staff to advertise the work and call for bids. The project was advertised from July 16, 2020 to August 6, 2020.  The Invitation for Bids instructed potential bidders that in order for their bids to be responsive, Bids for this project must be presented taking into account the requirements of the PLA and required that bidders submit an executed Letter of Assent.

On August 6, 2020, six bids were received electronically on Planet Bids and opened by the City Clerk as listed below:                      

No.

Bidder

Place of Business

Bid Amount

1

ALFARO COMMUNICATIONS CONSTRUCTION INC.

Compton, CA

$1,137,700.00

2

ELECNOR BELCO ELECTRIC, INC.

Chino, CA

$1,188,835.00

3

CALIFORNIA PROFESSIONAL ENGINEERING, INC.

La Puente, CA

$1,248,888.00

4

CROSSTOWN ELECTRICAL AND DATA, INC.

Irwindale, CA

$1,292,973.00

5

STURGEON ELECTRIC CALIFORNIA, LLC

Chino, CA

$1,313,850.00

6

COMET ELECTRIC, INC.

Chatsworth, CA

$1,373,631.00

 

 

 

 

 

The bid documents submitted by Bidder No. 1, Alfaro Communications Construction, Inc., did not include the PLA Letter of Assent. Staff consulted with the City Attorney’s office regarding whether this omission meant that Alfaro Communications Construction, Inc. bid should be rejected as non-responsive. The City Attorney’s Office advised that Alfaro Communications Construction, Inc. bid shall be rejected and deemed non-responsive.

Pursuant to Carson Municipal Code section 2610, a notice of intent to award was sent to all actual bidders by email on September 15, 2020 stating the City’s intent to award a contract to Elecnor Belco Electric, Inc. (Belco). The notice also stated that protests must comply with the requirements of the Carson Municipal Code Sections 2613. No protests were received within the allotted time frame nor as of the date of this report.

In reviewing the bid documents submitted by Bidder No. 2, Belco, it was determined that Belco’s bid was responsive with all the required bid documents provided including the PLA Letter of Assent. Belco is a bonafide contractor licensed in the State of California and is registered with the Department of Industrial Relations.  The bid bond, in the amount of 10% of the total bid, as supplied by Fidelity and Deposit Company of Maryland is in order and was submitted with the bid. Belco indicated that they will self-perform 86.9% of the contract work which exceeds the minimum percentage required by the project specifications. All of the subcontractor’s licenses listed in the bid are in good standing and on “active” status. In addition, Belco has completed similar projects within the city in the past, all in a satisfactory manner.

Staff, therefore, recommends the award of a construction contract to the lowest responsive and responsible bidder Elecnor Belco Electric, Inc. with a bid in the amount of $1,188,835.00

The accomplished and updated tasks for this project are as follows:

Preparation of Plans, Specifications, and Estimates 

Completed

Advertise Notice Inviting Bids

Completed

Award of Construction Contract

 October 2020

Start of construction

October/November  2020

Completion of construction

February/March 2021

Project Close-Out

March/April 2021

 

V.                     FISCAL IMPACT

This project is partially funded by a reimbursable grant through Los Angeles County Metropolitan Transportation Authority (Metro) in the amount of $528,638 and by Measure R local funds in the amount of $284,651.

Prior to advertising the project for bids, it was anticipated that additional funding would be needed to cover the estimated construction costs. Now that bids have been received, the special revenues budgets need to be amended to add additional local Measure R and Measure M funds as specified in Resolution No. 20-152. (Exhibit No. 2).  The table below shows the total budget broken down by fund source and account number:

Funding Source

Account

Budget Amount

Measure R

254-80-820-904-8023/PW1422

$424,717

Measure M

281-80-820-904-8023/PW1422

$424,717

MTA Call-for-Projects (Reimbursable grant)

287-80-500-904-8023/PW1422

$528,638

 

Total Project Budget

$1,378,072

                     The overall anticipated project costs are as follows: 

Description

Estimated Project Cost

Design (CNC Engineering)

$50,320

Design Contingency (10%)

$5,032

Construction (TBD)

$1,188,835.00

Construction Contingency (10%)

$118,883.50

SCE Fees

$15,000

Total

$1,378,070.50

 

VI.                     EXHIBITS

1.                     Location Map.  (pg. 5)

2.                     Resolution No. 20-152.  (Pgs.6-7)                     

 

Prepared by:  Reata Kulcsar, Sustainability Administrator - Utilities & Gilbert Marquez, P.E. City Engineer