Report to Mayor and City Council
Tuesday, April 20, 2021
Consent
SUBJECT:
Title
CONSIDER AN AWARD OF A CONSTRUCTION CONTRACT FOR PROJECT NO. 1628: TRAFFIC SIGNAL INSTALLATION AT THE INTERSECTION OF TAJAUTA AVENUE AND DEL AMO BOULEVARD (CITY COUNCIL)
Body
I. SUMMARY
Project No. 1628: Traffic Signal Installation at the intersection of Tajauta Avenue and Del Amo Boulevard is included in the City’s Capital Improvement Program (CIP) list. (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 October 6, 2020. The project was advertised from November 2020 to February 4, 2021. Six bids were received and opened by City Clerk on February 4, 2021. The lowest responsive and responsible bidder is Crosstown Electrical and Data, Inc. (Crosstown) with a bid in the amount of $266,393.00.
The 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. 1628: Traffic Signal Installation at the intersection of Tajauta Avenue and Del Amo Boulevard in the amount of $266,393.00 to the lowest responsible bidder, Crosstown Electrical and Data, Inc.
2. AUTHORIZE the expenditure of construction contingency, if necessary, in the amount of $39,958.95 (15%) for change orders such as the removal and remediation of contaminated soil, substructure conflicts, and other unforeseen construction work that may be required to design this project as specified in the contract.
3. AUTHORIZE the Mayor to execute a construction contract following approval as to form by the City Attorney.
4. APPROPRIATE $306,351.95 from the unreserved, undesignated Measure M Fund account 281-80-820-904-8023 to cover the construction cost of this project.
5. ADOPT Resolution 21-045, “A RESOLUTION OF THE CITY OF CARSON CITY COUNCIL AMENDING THE FISCAL YEAR 20-21 BUDGET IN THE SPECIAL REVENUE FUND” (Exhibit No. 2).
Body
III. ALTERNATIVES
1. REJECT all bids.
2. TAKE another action the City Council deems appropriate.
IV. BACKGROUND
The City’s Capital Improvement Program (CIP) calls for the construction of Project No. 1628: Traffic Signal Installation at the intersection of Tajauta Avenue and Del Amo Boulevard. Tajauta Avenue is a 40-foot wide local street with one travel lane in each direction, provides north-south access, and has a terminus at Del Amo Boulevard. Del Amo Boulevard is an 86-foot wide major highway with two travel lanes and a bike lane in each direction, and provides east-west access. The intersection of Tajauta Avenue and Del Amo Boulevard is stop-controlled on the southbound Tajauta Avenue approach, while uncontrolled on both the east and westbound Del Amo Boulevard Approaches.
On October 6, 2020, the City Council approved the PS&E and authorized staff to advertise the work and call for construction bids. The project was advertised from November 2020 to February 4, 2021. 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 Project Labor Agreement (PLA) and required that bidders submit an executed Letter of Assent.
On February 4, 2021, seven bids were received electronically on Planet Bids and opened by the City Clerk as listed below.
No. |
Bidder |
Place of Business |
Bid Amount |
1 |
Crosstown Electrical & Data, Inc. |
Irwindale, CA |
$266,393.00 |
2 |
Baker Electrical |
Escondido, CA |
$291,529.00 |
3 |
Select Electric, Inc. |
Vista, CA |
$294,600.00 |
4 |
International line Builders, Inc. |
Corona, CA |
$296,243.00 |
5 |
California Professional Engineering, Inc. |
La Puente, CA |
$297,815.00 |
6 |
Fortte Construction, Inc. |
Buena Park, CA |
$298,839.00 |
7 |
Elecnor Belco Electric, Inc. |
Chino, CA |
$299,106.00 |
In reviewing the bid documents submitted by Bidder No. 1, Crosstown, it was determined that Crosstown’s bid was responsive with all the required bid documents provided including the PLA Letter of Assent. Crosstown 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. Crosstown indicated that they will self-perform 85.80% of the contract work that 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, Crosstown has completed similar projects in nearby jurisdictions in the past, all in a satisfactory manner.
Pursuant to Carson Municipal Code Section 2610, a notice of intent to award was sent to all actual bidders by email on February 23, 2021 stating the city’s intent to award a construction contract to Crosstown. The notice also stated that protest must comply with the requirements of the Carson Municipal Code Section 2613. No protests were received within the allotted time frame nor as of the date of this report.
Staff, therefore, recommends the award of a construction contract to the lowest responsive and responsible bidder Crosstown Electrical & Data, Inc. with a bid in the amount of $266,393.00 (Exhibit No. 3).
The accomplished and anticipated timeline for this project is as follows:
Preparation of Plans, Specifications, and Estimates |
Completed |
Advertise Notice Inviting Bids |
Completed |
Award of Construction Contract |
April 2021 |
Start of Construction |
May 2021 |
Completion of Construction |
September/October 2021 |
Project Close-Out |
October/November 2021 |
V. FISCAL IMPACT
The construction bid amount submitted by the lowest responsible bidder is $266,393.00. A construction contingency of 15% amounting to $39,958.95 is recommended for this project. The total fund needed to complete this project is $306,351.95. Funds for this project were not included in the City’s FY 2020/21 CIP budget; therefore, if the construction contract is awarded, the budget will need to be increased by $306.351.95. Prior to advertising the project for construction bids, it was anticipated that funding would need to be appropriated to cover the estimated construction costs. Now that bids have been received, the Special Revenues budget need to be amended to add additional local Measure M funds as specified in Resolution No. 21-045. The table below shows the total budget broken down by fund source and account number:
Description |
Estimated Project Cost |
Measure “M” Acct No. 281-80-820-904-8023 |
Construction |
$266,393.00 |
$266,393.00 |
Construction Contingency (15%) |
39,958.95 |
39,958.95 |
|
|
|
TOTAL |
$306,351.95 |
$306,351.95 |
VI. EXHIBITS
1. Location Map. (pg. 5)
2. Resolution No. 21-045 (pgs. 6-7)
3. Contract Documents Template (pgs. 8-62)
Prepared by: Gilbert Marquez, City Engineer