File #: 2021-134    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 2/4/2021 In control: City Council
On agenda: 3/2/2021 Final action:
Title: CONSIDERATION OF AWARD OF ON-CALL ASPHALT AND CONCRETE REMEDIATION SERVICES CONTRACTS TO GM SAGER CONSTRUCTION CO. INC. AND SOUTHERN CALIFORNIA PRECISION CONCRETE, INC. (CITY COUNCIL)
Attachments: 1. GM Sager Construction Contract, 2. So Cal Precision Concrete Contract, 3. BID REGISTER, 4. RESO NO. 20-172 - FULLY EXECUTED

Report to Mayor and City Council

Tuesday, March 02, 2021

Consent

 

 

SUBJECT:                     

Title

CONSIDERATION OF AWARD OF ON-CALL ASPHALT AND CONCRETE REMEDIATION SERVICES CONTRACTS TO GM SAGER CONSTRUCTION CO. INC. AND SOUTHERN CALIFORNIA PRECISION CONCRETE, INC. (CITY COUNCIL) 

 

Body

I.                     SUMMARY

Two Request for Proposals, RFP No. 20-038 (“On-Call Services for Concrete Remediation”) and RFP No. 20-039 (“On-Call Services for Asphalt Repairs”), were released on December 29, 2020, seeking proposals from qualified contractors to provide on-call maintenance and remediation services for City owned streets, sidewalks and pavement. In response to the RFPs, staff received a total of six (6) proposals (three in response to each RFP).  After careful analysis and evaluation of the proposals, staff recommends that the City Council award a contract to Southern California Precision Concrete, Inc. for on-call concrete services per RFP No. 20-038, and a contract to GM Sager Construction Co., Inc. for on-call asphalt services per RFP No. 20-039.

II.                     RECOMMENDATION

Recommendation

TAKE the following actions:

1.                     APPROVE the proposed Public Works Agreement with GM Sager Construction Co., Inc., for the provision of on-call street asphalt remediation/repair services for a not-to-exceed contract sum of $200,000.00 (Exhibit No. 1) (the “GM Sager Contract”).

2.                     AUTHORIZE the Mayor to execute the GM Sager Contract following approval as to form by the City Attorney.

3.                     APPROVE the proposed Public Works Agreement with Southern California Precision Concrete, Inc. for the provision of on-call concrete remediation services for a not-to-exceed contract sum of $100,000.00 (Exhibit No. 2) (the “So. Cal. Precision Concrete Contract”).

4.                     AUTHORIZE the Mayor to execute the So. Cal. Precision Concrete Contract following approval as to form by the City Attorney.

 

Body

III.                     ALTERNATIVES

1.                     DO NOT award the proposed contract to Southern California Precision Concrete, Inc., and REJECT all proposals for RFP No. 20-038 (Concrete).

 

2.                     DO NOT award the proposed contract to GM Sager Construction Co., and REJECT all proposals for RFP No. 20-039 (Asphalt).

 

3.                     TAKE another ACTION the City Council deems appropriate, consistent with the requirements of the law.

 

IV.                     BACKGROUND

The City of Carson is responsible for the repair and maintenance of approximately 203.1 centerline miles of streets, of which 49.2 miles are arterials, 5.7 miles are secondary arterials, 18.1 miles are collectors, and 130.1 miles are residential streets. Roads and pavements are among the City's most valuable assets. It is always the City's goal to keep this infrastructure in excellent and safe condition for its residents to enjoy. 

The Department of Public Works is charged with providing the community with a safe, clean, and healthy environment through the design, construction, operation, maintenance, and management of the vital municipal infrastructure system.

The Right of Way Maintenance Division is responsible for maintaining and repairing the streets, sidewalks, signs, and striping; environmental services; and managing the City’s fleet. Requests for repairs come from residents and motorists based on existing conditions of city streets and sidewalks. For the past several years, the City has used a work order process to address these requests. However, in order to deal with the backlog of repair needs, the number and type of work orders in the system cannot be addressed solely with the existing workforce to undertake the outstanding repairs.

To temporarily relieve the backlog, staff is requesting to retain on-call contractors to address the need for immediate street asphalt and concrete maintenance and remediation work such as pothole repairs, sidewalk cutting/grinding, and ramping. This will allow Public Works staff to focus on sidewalk repairs.

From December 29, 2020 through January 11, 2021, a Request for Proposal (RFP) process took place. RFP Nos. 20-038 and 20-039 were advertised through Planet Bids and the Daily Journal, and resulted in the receipt of a total of six (6) proposals (three for asphalt and three for concrete). Staff reviewed and evaluated the proposals based on the criteria outlined in the RFP and the Municipal Code, which included price, experience, and performance. In accordance with Municipal Code Section 2610(i), GM Sager Construction Co, Inc., and Southern California Precision Concrete, Inc., respectively, were determined to be lowest responsive and responsible bidders, with respective proposed pricing of $650 per ton for asphalt (GM Sager Construction Co, Inc.) and $32.50 per inch foot for concrete. (Southern California Concrete Inc.).

Due to the scope of services performed by the contractors, Public Works has determined it is more cost efficient to allocate $200,000 for asphalt repairs and $100,000 for concrete remediation. Below is a brief outline of the bid results for both RFPs.

 

RFP 20-039 (On Call Services for Asphalt Repairs)

BID

VENDOR

PER TON

HOURLY

1.

Carter Enterprise Group, Inc.

$3,000

$3,000

2.

GM Sager Construction Co, Inc.

$650

$500

3.

Hardy and Harper

$765

$2,795

4.

PaveWest Inc.

Withdrawal

 

             

RFP 20-038 (On Call Services for Concrete Remediation)

BID

VENDOR

PER INCH FOOT

HOURLY

1.

Alameda Construction Services Inc.

$50.00

$312.50

2.

Bpr Inc.

$39.96

$195

3.

Southern California Precision Concrete Inc.

$32.50

$85

 

V.                     FISCAL IMPACT

Funds required to implement these contracts were adopted for the 2020-2021 Fiscal Year Budget by way of Resolution No. 20-172 (Exhibit 4). The compensation payable pursuant to the proposed agreements with GM Sager Construction and Southern California Precision Concrete for the remainder of this fiscal year would be charged to account 101-80-840-281-6004.

 

VI.                     EXHIBITS

Exhibit No. 1: GM Sager Construction Co, Inc. - Contract (Pgs. 5-43)

Exhibit No. 2: Southern California Precision Concrete - Contract (Pgs. 44-81)

Exhibit No. 3: Bid Register (Pg. 82-83)

                Exhibit No. 4: Resolution No. 20-172 (pg. 84-85)

 

Prepared by:  Veronica Rodriguez, Right of Way Superintendent

Eliza Jane Whitman, Public Works Director