Skip to main content
logo
File #: 25-768    Version: 1
Type: Agreement Status: Passed
File created: 4/21/2025 In control: City Council
On agenda: 5/21/2025 Final action: 5/21/2025
Title: Staff recommends that the City Council award a Public Works Agreement (PWA) and purchase order, in the amount of $645,300 to Fordyce Construction, Inc., for the rectangular rapid flashing beacons and light emitting diodes stop signs project; approve a contingency in the amount of $55,500; authorize the Financial Services Director to execute the purchase order; and authorize the City Manager, or designee, to execute the agreement upon receipt of all supporting documents.
Attachments: 1. Staff Report, 2. Bid Tabulation, 3. PWA Fordyce Construction, Inc.

DATE:  May 21, 2025

 

TO:                       Honorable Mayor and City Councilmembers

 

FROM: Public Works Department

TITLE:  PUBLIC WORKS AGREEMENT AND PURCHASE ORDER FOR RECTANGULAR RAPID FLASHING BEACONS AND LIGHT EMITTING DIODE STOP SIGNS

 

RECOMMENDATION

title

Staff recommends that the City Council award a Public Works Agreement (PWA) and purchase order, in the amount of $645,300 to Fordyce Construction, Inc., for the rectangular rapid flashing beacons and light emitting diodes stop signs project; approve a contingency in the amount of $55,500; authorize the Financial Services Director to execute the purchase order; and authorize the City Manager, or designee, to execute the agreement upon receipt of all supporting documents.

body

BACKGROUND AND ANALYSIS

 

There are uncontrolled crosswalks at various locations throughout the City with some being in the vicinity of schools. Staff has been working on enhancing the crosswalks by converting them to high visibility continental crosswalks, and supplementing the crosswalks with signage and yield limit lines. Rectangular rapid flashing beacons (RRFBs) are devices to supplement an uncontrolled crosswalk that enhances driver visibility and awareness of a pedestrian waiting to cross the street. Staff is prioritizing installing RRFBs at approximately nine uncontrolled crosswalks near schools and concentrated pedestrian locations to enhance the visibility of the stop signs.

 

Staff will be replacing the standard stop signs at three locations with light emitting diode (LED) stop signs to enhance the visibility of the stop signs.

 

On March 12, 2025, staff advertised a Request for Bids for the RRFB and LED Stop Signs Improvement project that would include the installation of RRFBs, update ADA ramps, striping, and the installation of LED stop signs. Staff solicited bids by formally advertising the project in accordance with the City’s standard formal bidding procedures.

 

On April 17, 2025, four bids were received and publicly opened. The lowest bidder requested to withdraw their bid due to a clerical error; therefore, staff is moving forward with the second lowest bid of $645,300 from Fordyce Construction, Inc.

 

Staff also included two additional locations in the bid document as Additive Alternatives (Ivy Ranch Road and Justina Drive and Pacific Street and North Coast Village Way).  Sufficient funding is available and the staff will award those locations as well.  The bid for the additional locations is $94,600 and is included in the contract total.

 

FISCAL IMPACT

 

The purchase order with Fordyce Construction, Inc., in the amount of $645,300 and a contingency of $55,500 will be as shown in the table below; therefore, sufficient funds are available. The funding sources are SB-1 Gas Tax and Measure X funds.

Description

Amount

Funding Source

Available Balance

Tri-Group Construction and Development, Inc.

$209,817

903176122265.5703.10600 Pedestrian Warning Signs-RRFB

$209,817

 

435,483             

902177122517.5703.10600 Traffic Calming Measure X

475,482

 

 55,500 Contingency

902177122517.5320.10600

118,730

Total with Contingency

$700,800

 

$804,029

 

COMMISSION OR COMMITTEE REPORT

 

Does not apply.

 

CITY ATTORNEY’S ANALYSIS

 

The bid documents were previously reviewed by the City Attorney and approved as to form. The contract must be awarded to the lowest responsible bidder. The Public Contract Code defines “responsible bidder” as a bidder who has demonstrated the attributes of trustworthiness as well as quality, fitness, capacity and experience to satisfactorily perform a public works contract. The City Council also has the discretion to reject all bids and re-advertise.

en

 

Prepared by: Abraham Chen, Associate Engineer

Reviewed by: Hamid Bahadori, Public Works Director                                                                                                         

Submitted by: Jonathan Borrego, City Manager                                                                                     


ATTACHMENTS:

1.                     Staff Report

2.                     Bid Tabulation

3.                     PWA Fordyce