Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutItem 11h - Annual Concrete Repairs ProjectContract for Annual Concrete Repairs Project
May 4, 2021
Page 1 of 3
DATE: May 4, 2021
TO: Honorable Mayor and City Council
FROM: Tom Tait, Public Works Services Director
By: Eddie Chan, P.E., Principal Civil Engineer
SUBJECT: CONTRACT WITH CT&T CONCRETE PAVING INC. FOR THE FISCAL
YEAR 2020-21 ANNUAL CONCRETE REPAIRS PROJECT IN THE
AMOUNT OF $61,145
Recommendation: Approve
SUMMARY
As part of the City’s Annual Asphalt and Concrete Program, the Public Works Services
Department (“PWSD”) is preparing to repair damaged curbs, gutters, and cross gutters
along various residential streets within the City. To ensure that the City is receiving the
most competitive prices and quality service for this work, the PWSD conducted a formal
bid. CT&T Concrete Paving Inc. submitted the lowest responsive bid.
It is recommended that the City Council approve, authorize, and direct the City Manager
to execute a contract with CT&T Concrete Paving Inc. for the Fiscal Year 2020-21 Annual
Concrete Repairs Project in the amount of $61,145.
BACKGROUND
The PWSD is responsible for the maintenance and repair of approximately 147 miles of
roadway within the City. In 1999, as part of the Pavement Management Program, the
condition of all City streets was assessed, and an Annual Asphalt and Concrete Repair
Program was established. As part of this program, street surfaces that are cracked are
slurry sealed, and concrete curbs, gutters, and pavement areas that have been damaged
are repaired. More specifically, the concrete repairs portion of the program includes
identifying and prioritizing replacement of curbs, gutters, and cross gutters in the areas
shown on the attached Project Location Map (Exhibit “A”). In addition, handicap curb
ramps will be installed at various locations in the project area to remove barriers to
sidewalk accessibility. The work plan and budget are included in the Fiscal Year 2020-
21 Capital Improvement Program as part of the Pavement Rehabilitation Program.
Contract for Annual Concrete Repairs Project
May 4, 2021
Page 2 of 3
DISCUSSION
A Notice Inviting Bids was published in the City’s adjudicated newspaper and bid
packages were provided to contractors that perform this type of work. On March 30,
2021, the City Clerk received nine sealed bids, with the following results:
Rank Bidder Location Bid Amount
1. CT&T Concrete Paving Inc. Diamond Bar, CA $ 61,145
2. Grigolla & Sons Const. Co. Inc. San Dimas, CA $ 67,200
3. GM Sager Construction Co. Inc. Pomona, CA $ 68,000
4. Onyx Paving Co., Inc. Anaheim, CA $ 69,000
5. FS Contractors, Inc. Sylmar, CA $ 69,210
6. CJ Concrete Construction, Inc. Santa Fe Springs, CA $ 70,950
7. Gentry General Engineering, Inc. Rancho Cucamonga, CA $ 83,220
8. Vido Samarzich, Inc. Rancho Cucamonga, CA $ 91,375
9. Minako America Corporation Gardena, CA $ 161,000
Bid documents were reviewed for content and the Contractor’s background and recent
projects were investigated. Based on this review, it has been determined that CT&T
Concrete Paving Inc. is the lowest responsive bidder for this work and is a qualified
contractor for the project. CT&T Concrete Paving Inc. has successfully completed similar
projects for the Cities of Brea, Chino, Manhattan Beach, Ontario, Placentia, and San
Clemente.
ENVIRONMENTAL ANALYSIS
This project is considered a Class 1 exemption as defined in Section 15301(c) of the
California Environmental Quality Act since the project consists of the maintenance of
existing public streets and does not involve expansion of the existing use of the streets.
FISCAL IMPACT
The work plan and budget for the Fiscal Year 2020-21 Annual Concrete Repairs Project
is included in the Fiscal Year 2020-21 Capital Improvement Program as part of the
Pavement Rehabilitation Program. Funds in the amount of $1,100,000 were budgeted in
the Fiscal Year 2020-21 Pavement Rehabilitation Program budget. The project’s total
contract cost is $61,145.
RECOMMENDATION
It is recommended that the City Council determine that this project is considered a Class
1 exemption as defined in Section 15301(c) under the California Environmental Quality
Act (“CEQA”); and approve, authorize, and direct the City Manager to execute a Contract
with CT&T Concrete Paving Inc. for the Fiscal Year 2020-21 Annual Concrete Repairs
Project in the amount of $61,145.
Contract for Annual Concrete Repairs Project
May 4, 2021
Page 3 of 3
Attachments: Exhibit “A” - Project Location Map
Proposed Contract
CITY OF ARCADIA
2020/2021 ANNUAL CONCRETE REPAIRS PROJECT
PROJECT NO.: 55331021
BETWEEN
CITY OF ARCADIA
AND
CT&T CONCRETE PAVING INC.
CONTRACT
Contract - 1
CONTRACT FOR THE
CITY OF ARCADIA
This CONTRACT, No. ________ is made and entered into this ____ day of _______, ______, by
and between City of Arcadia, sometimes hereinafter called “City,” and CT&T CONCRETE
PAVING, 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:
2020/2021 Annual Concrete Repairs Project / Project No. 55331021
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 forty-five (45) 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 SIXTY-ONE THOUSAND,
ONE HUNDRED FORTY-FIVE DOLLARS AND NO CENTS ($61,145.00). 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
CT&T CONCRETE PAVING INC.
By:
Signature
Print Name and Title
Attest:
By:
City Clerk
By:
Signature
Print Name and Title
Approved as to Form:
Stephen P. Deitsch
City Attorney