HomeMy WebLinkAboutItem 10b - Stormdrain Repair Project
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: April 21, 2026
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: Michael Kwok, Associate Civil Engineer
SUBJECT: RESOLUTION NO. 7680 AMENDING THE FISCAL YEAR 2025-26 CAPITAL
IMPROVEMENT PROGRAM BUDGET, AUTHORIZING A SUPPLEMENTAL
BUDGET APPROPRIATION FOR THE STORMDRAIN REPAIR PROJECT IN
THE AMOUNT OF $58,757.50, OFFSET BY A REDUCTION IN THE CAPITAL
OUTLAY FUND; AND APPROVE A CONTRACT WITH GRBCON, INC. FOR
THE STORMDRAIN REPAIR PROJECT IN THE AMOUNT OF $144,325
CEQA: Exempt
Recommendation: Adopt and Approve
SUMMARY
The Fiscal Year 2025-26 Capital Improvement Program provides for the removal and
replacement of 220 linear feet of damaged 18-inch stormdrain pipe on Fallen Leaf
Road. To ensure that the City is receiving the most competitive price and quality
service for this work, a formal bid process was conducted. GRBCON, Inc. submitted
the lowest responsive bid. Due to cost increases in labor and material in the
marketplace, the bids came back higher than the current budget; however, it is
essential that the work be completed to restore proper stormwater flow in the area
and reduce the potential for flooding.
It is recommended that the City Council adopt Resolution No. 7680 amending the
Fiscal Year 2025-26 Capital Improvement Program Budget, authorizing a
supplemental budget appropriation for the Stormdrain Repair Project in the amount
of $58,757.50, offset by a reduction in the Capital Outlay Fund; and approve,
authorize, and direct the City Manager to execute a contract with GRBCON, Inc. for
the Stormdrain Repair Project in the amount of $144,325, with a 10% contingency.
Resolution No. 7680 Award Stormdrain Repair Project
April 21, 2026
Page 2 of 4
BACKGROUND
The Public Works Services Department (“PWSD”) owns and maintains various catch
basins and storm drain lines throughout the City. During a recent storm, water was
unable to properly drain from a curb opening catch basin on Fallen Leaf Road. City
crews located the pipe in this catch basin and attempted to CCTV it. The CCTV camera
could not get through the pipe, which indicates that the pipe is damaged and likely
collapsed. Replacing the damaged pipe with a new reinforced concrete pipe will
restore proper stormwater flow in that area and eliminate potential flooding.
Approximately 220 linear feet of 18-inch stormdrain pipe will be removed and
replaced as part of this project. The work is anticipated to begin in June 2026, and
construction will take approximately one month to complete. A copy of the Project
Location Map is shown on Exhibit “A”.
DISCUSSION
A Notice Inviting Bids was published in accordance with City Council Resolution No.
7483, and bid packages were provided to contractors that perform this type of work.
On March 10, 2026, the City Clerk received seven bids with the following results:
Bidder Location Bid Amount
GRBCON, Inc. Baldwin Park, CA $ 144,325
Ramona, Inc. Baldwin Park, CA $ 158,750
Wright Construction Engineering San Marcos, CA $ 177,500
Bali Construction, Inc. South El Monte, CA $ 178,500
J.A. Salazar Construction & Supply La Habra, CA $ 248,650
Kordich Construction, Inc. Cypress, CA $ 268,760
CEM Construction Corporation Montebello, CA $ 367,650
All bid documents were reviewed for content and the contractor’s background was
investigated. Based on that review, it was determined that GRBCON, Inc. is the lowest
responsive bidder. GRBCON, Inc. is qualified to complete the project as defined in
the bid documents and has successfully completed similar projects on time and
within budget for the Cities of Los Angeles and Norwalk. The City has previously
contracted with GRBCON, Inc. and has been satisfied with their work.
Resolution No. 7680 Award Stormdrain Repair Project
April 21, 2026
Page 3 of 4
ENVIRONMENTAL ANALYSIS
This project involves the replacement and minor alteration of an existing utility
system with no expansion of the system, and therefore, qualifies as a Class 2
categorical exemption per Section 15302(2) of the California Environmental Quality
Act (“CEQA”).
FISCAL IMPACT
The total cost for the Stormdrain Repair Project is $144,325. In addition, a standard
10% contingency of $14,432.50 is recommended to cover potential unforeseen costs
or circumstances, bringing the potential total project cost to $158,757.50. Gas Tax
(HUTA) Funds in the amount of $100,000 have been budgeted in the Fiscal Year 2025-
26 Capital Improvement Program Budget for the Stormdrain Repair Project. Staff
reviewed all available funds to determine if additional Gas Tax (HUTA) Funds could
be used for the additional appropriation. Gas Tax (HUTA) Funds are not available;
therefore, a supplemental budget appropriation of $58,757.50 is being requested
from the Capital Outlay Fund reserves to complete the project. This increase was not
anticipated at the time of budget development and is largely due to the rising cost of
labor and materials in the construction industry.
RECOMMENDATION
It is recommended that the City Council determine that this project is exempt under
the California Environmental Quality Act (“CEQA”); and adopt Resolution No. 7680
amending the Fiscal Year 2025-26 Capital Improvement Program Budget, authorizing
a supplemental budget appropriation for the Stormdrain Repair Project in the
amount of $58,757.50, offset by a reduction in the Capital Outlay Fund; and approve,
authorize, and direct the City Manager to execute a contract with GRBCON, Inc. for
the Stormdrain Repair Project in the amount of $144,325, with a 10% contingency.
Resolution No. 7680 Award Stormdrain Repair Project
April 21, 2026
Page 4 of 4
Attachments: Resolution No. 7680
Exhibit “A” – Project Location Map
Proposed Contract
CITY OF ARCADIA
STORMDRAIN REPAIR PROJECT
PROJECT NO.: 33851726
BETWEEN
CITY OF ARCADIA
AND
GRBCON, INC.
CONTRACT
Contract - 1
CONTRACT FOR THE
CITY OF ARCADIA
This CONTRACT, No. ________ is made and entered into this ____ day of ___________, 2026,
by and between City of Arcadia, sometimes hereinafter called “City,” and GRBCON, INC.,
sometimes hereinafter called “Contractor.”
WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these
presents do covenant and agree with each other as follows:
A. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated in the
Contract, and shall provide all labor, materials, equipment, tools, utility services, and
transportation to complete all of the Work required in strict compliance with the Contract
Documents as specified in Article 5, below, for the following Project:
Stormdrain Repair Project / Project No.: 33851726
The Contractor and its surety shall be liable to the City for any damages arising as a result of
the Contractor’s failure to comply with this obligation.
B. TIME FOR COMPLETION. Time is of the essence in the performance of the Work. The Work
shall be commenced on the date stated in the City’s Notice to Proceed. The Contractor shall
complete all Work required by the Contract Documents within 30 calendar days from the
commencement date stated in the Notice to Proceed. By its signature hereunder, Contractor
agrees the time for completion set forth above is adequate and reasonable to complete the Work.
C. CONTRACT PRICE. The City shall pay to the Contractor as full compensation for the
performance of the Contract, subject to any additions or deductions as provided in the Contract
Documents, and including all applicable taxes and costs, the sum of ONE HUNDRED FORTY-
FOUR THOUSAND, THREE HUNDRED TWENTY-FIVE DOLLARS, AND NO CENTS
($144,325.00). Payment shall be made as set forth in the General Conditions.
D. LIQUIDATED DAMAGES. In accordance with Government Code section 53069.85, it is
agreed that the Contractor will pay the City the sum set forth in Special Conditions, Article 1.11
for each and every calendar day of delay beyond the time prescribed in the Contract Documents
for finishing the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this
is not paid, the Contractor agrees the City may deduct that amount from any money due or that
may become due the Contractor under the Contract. This Article does not exclude recovery of
other damages specified in the Contract Documents.
E. COMPONENT PARTS OF THE CONTRACT. The “Contract Documents” include the
following:
Notice Inviting Bids
Instructions to Bidders
Bid Form
Bid Bond
Designation of Subcontractors
Information Required of Bidders
Non-Collusion Declaration Form
Iran Contracting Act Certification
Public Works Contractor Registration Certification
Performance Bond
Contract - 2
Payment (Labor and Materials) Bond
General Conditions
Special Conditions
Technical Specifications
Addenda
Plans and Drawings
Standard Specifications for Public Works Construction “Greenbook”, latest edition, Except
Sections 1-9
Applicable Local Agency Standards and Specifications, as last revised
Approved and fully executed change orders
Any other documents contained in or incorporated into the Contract
The Contractor shall complete the Work in strict accordance with all of the Contract Documents.
All of the Contract Documents are intended to be complementary. Work required by one of the
Contract Documents and not by others shall be done as if required by all. This Contract shall
supersede any prior agreement of the parties.
F. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Each and every
provision of law required to be included in these Contract Documents shall be deemed to be
included in these Contract Documents. The Contractor shall comply with all requirements of
applicable federal, state and local laws, rules and regulations, including, but not limited to, the
provisions of the California Labor Code and California Public Contract Code which are applicable
to this Work.
G. INDEMNIFICATION. Contractor shall provide indemnification and defense as set forth in the
General Conditions.
H. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in
accordance with the Labor Code which such rates shall be made available at the City’s
Administrative Office or may be obtained online at dir.ca.gov and which must be posted at the job
site.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Contract - 3
IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties, on
the day and year above written.
CITY OF ARCADIA
By:
Dominic Lazzaretto
City Manager
GRBCON, INC.
By:
Signature
Print Name and Title
Attest:
By:
City Clerk
By:
Signature
Print Name and Title
Approved as to Form:
Michael J. Maurer
City Attorney