HomeMy WebLinkAboutAgenda Report - November 2, 2016 C-04TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE:
MEETING DATE:
PREPARED BY:
AGENDA ITEM
c..4
Adopt Resolution Rejecting Low -Bid as Non -Responsive and Awarding Contract
for Compressed Natural Gas Fueling Station Improvements to TNT Industrial
Contractors, Inc., of Sacramento ($232,999)
November 2, 2016
Public Works Director
RECOMMENDED ACTION
Adopt resolution rejecting low -bid as non-responsive and awarding
contract for Compressed Natural Gas Fueling Station Improvements
to TNT Industrial Contractors, Inc., of Sacramento, in the amount of
$232,999.
BACKGROUND INFORMATION: This project consists of replacing failed components and various
improvements and upgrades to the Compressed Natural Gas (CNG)
fueling station that was originally constructed in 2002. The
improvements include upgrading or replacing the compressor control panel for lead lag operation and
remote monitoring of the two compressors, installation of a second natural gas dryer, replacing the
dispenser on the Fuel Island, and repairs necessary to bring the slow fill system back in operation.
The City's CNG fueling station, located at the Municipal Service Center, supplies compressed natural gas
for the City's fleet of 24 Transit buses and various other City natural gas powered vehicles. This system
is subjected to heavy-duty use on a daily basis. The proposed improvements will improve reliability and
safety of the CNG fueling station.
Plans and specifications for this project were approved on August 3, 2016. The City received the
following four bids for this project on October 12, 2016.
Bidder
Engineer's Estimate
Fastech
TNT Industrial Contractors, Inc.
Performance Mechanics, Inc.
EFS West
* = corrected figures
Location
Buena Park
Sacramento
Sacramento
Valencia
Bid
$ 219,000.00
$ 214,324.00*
$ 232,999.00
$ 286,071.00*
$ 289,025.00*
Staff reviewed all bids submitted. The low bid submitted by Fastech was determined to be non-
responsive since the contractor's listed subcontractor (Malak Automation) was not registered with the
Department of Industrial Relations, pursuant to Labor Code Section 1725.5, prior to submitting the bid. In
addition, Fastech did not submit the Local Hire Information Form and Checklist with the bid as required.
For these reasons, staff recommends awarding the contract for CNG Fueling Station Improvement
project to TNT Industrial Contractors, Inc., of Sacramento, in the amount of $$232,999.00.
APPROVED:
Step en Schwab: uer, ity Manager
K:\WP\PROJECTS\TRANSIT\CNGSTATION\MSC CNG Improvements 2016\CAward CNG Upgrade.doc
10/19/16
Adopt Resolution Rejecting Low -Bid as Non -Responsive and Awarding Contract for Compressed Natural Gas Fueling Station Improvements to TNT Industrial
Contractors, Inc., of Sacramento ($232,999)
November 2, 2016
Page 2
FISCAL IMPACT: There will be a decrease in annual maintenance costs associated with these
upgrades.
FUNDING AVAILABLE:
This project will be funded by Transportation Development Act (TDA)
program funds (60199000) and was included in the Fiscal Year 2016/17
transit capital budget.
Jordan Ayers 1
Deputy City Manager/Internal Services Director
ckQ'
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/tdb
Attachment
cc: Transportation Manager/Sr TE
Public Works Management Analyst
Fleet Services Supervisor
City Attorney
TNT Industrial Contractors, Inc.
K:\WP\PROJECTS\TRANSIT\CNGSTATION\MSC CNG Improvements 2016\CAward CNG Upgrade.doc 10/19/16
CNG FUELING STATION IMPROVEMENTS
1331 S Ham Lane CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and TNT INDUSTRIAL CONTRACTORS, INC., herein referred
to as the "Contractor."
WITNESSETH
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated
herein by this reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 1992 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
All of the above documents, sometimes hereinafter referred to as the "Contract
Documents," are intended to cooperate so that any work called for in one and not
mentioned in the other is to be executed the same as if mentioned in all said
documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in
the two bonds bearing even date with these presents and hereunto annexed, the
Contractor agrees with the City, at Contractor's cost and expense, to do all the work and
furnish all the materials except such as are mentioned in the specifications to be
furnished by the City, necessary to construct and complete in a good workmanlike and
substantial manner and to the satisfaction of the City the proposed improvements as
shown and described in the Contract Documents which are hereby made a part of the
Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and
does hereby employ, the Contractor to provide all materials and services not supplied by
the City and to do the work according to the terms and conditions for the price herein,
and hereby contracts to pay the same as set forth in Section 5.600, "Measurement,
Acceptance and Payment," of the General Provisions, in the manner and upon the
conditions above set forth; and the said parties for themselves, their heirs, executors,
administrators, successors and assigns, do hereby agree to the full performance of the
covenants herein contained.
CONTRACT doc
4.1
10/18/16
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7,
Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the
general prevailing wage rate and other employer payments for health and welfare,
pension, vacation, travel time, and subsistence pay, apprenticeship or other training
programs. The responsibility for compliance with these Labor Code requirements is on
the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as
full compensation for furnishing all materials and for doing all the work contemplated
and embraced in this agreement; also for all loss or damage arising out of the nature of
the work aforesaid or from the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the prosecution of the work until
its acceptance by the City, and for all risks of every description connected with the work;
also for all expenses incurred by or in consequence of the suspension or discontinuance
of work and for well and faithfully completing the work, and the whole thereof, in the
manner and according to the Plans and Contract Documents and the requirements of
the Engineer under them, to -wit:
Perform the work necessary to replace light duty CNG dispenser, furnish and install new
semi-automatic regenerative gas dryers, furnish and install storage vessel relief valves,
remove and replace compressor controller, and other incidental and related work, all as
shown on the plans and specifications for "CNG Fueling Station Improvements".
CONTRACT ITEMS
Item
1
2
Description
Remove existing CNG
transit dispenser and
associated piping back to
existing light duty CNG
dispenser approximately 10 -
ft away.
Remove and replace
existing light duty dispenser
with new.
3
4
5
Units
Unit
Quantity Price
LS
Total
Price
1 $4,984.00
LS 1
$4,984.00
$70,365.00
Furnish and install new
semi-automatic
regenerative gas dryer to
match existing.
LS
1
$70,365.00
$44,905.00
$44,905.00
Furnish set of three (3)
storage vessel relief valves
to match existing.
Remove existing
compressor and storage
vessel relief valves, have
rebuilt and retested by a
qualified third party and
LS
LS
1
1
$8,303.00
$8,303.00
$22,946.00
$22,946.00
CONTRACT.doc
4.2
10/18/16
6
reinstall (relief valves
furnished above will allow
for half the existing storage
vessel relief valves to be
sent out for retesting at a
time).
Remove and replace
existing Comp 04-501
compressor controller (PLC
Controller) with new.
Interface with existing Comp
1 compressor controller to
provide for lead -lag control
of the two compressors.
Upgrade systems to allow
for web -based access.
LS
1
$47,231.00 $47,231.00
7
Total
Remove and replace three
(3) existing timefill hose
assemblies. Recommission
and test existing timefill
system to allow it to be
placed back in service.
LS
1
$34,265.00
$34,265.00
$232,999.00
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be
insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions
before commencing the performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that,
should there be any conflict between the terms of this instrument and the Bid Proposal
of the Contractor, then this instrument shall control and nothing herein shall be
considered as an acceptance of the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Special Provisions. All
labor or materials not mentioned specifically as being done by the City will be supplied
by the Contractor to accomplish the work as outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract
within 15 calendar days after the City Manager has executed the contract and to
diligently prosecute to completion within 150 CALENDAR DAYS.
ARTICLE IX - State of California Senate Bill 854 requires the following
• No contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
CONTRACT doc
4.3
10/18/16
• No contractor or subcontractor may be awarded a contract for public work on a
public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725,5.
• This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
CONTRACT.doc
4.4
10/18/16
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME
OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE
CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET
FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR
AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE
CONTRACTOR UNDER THE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands
the year and date written below.
CONTRACTOR CITY OF LODI, a municipal corporation
By:
STEPHEN SCHWABAUER
City Manager
By Date:
Attest:
Title
JENNIFER M. FERRAIOLO
City Clerk
(CORPORATE SEAL) Approved As To Form
CONTRACT doc
JANICE D. MAGDICH
City Attorney
4.5
10/18/16
RESOLUTION NO. 2016-193
A RESOLUTION OF THE LODI CITY COUNCIL REJECTING LOW BID AS
NON-RESPONSIVE AND AWARDING CONTRACT FOR COMPRESSED
NATURAL GAS FUELING STATION IMPROVEMENTS PROJECT TO
TNT INDUSTRIAL CONTRACTORS, INC., OF SACRAMENTO
WHEREAS, this project consists of replacing failed components and various
improvements including upgrading or replacing the compressor control panel for lead lag
operation and remote monitoring of the two compressors, installation of a second natural gas
dryer, replacing the dispenser on the Fuel Island, and repairs necessary to bring the slow fill
system back in operation; and
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed bids were received and publicly opened on October 12, 2016, at
11:00 a.m., for the Compressed Natural Gas Fueling Station Improvements Project described in
the plans and specifications therefore approved by the City Council on August 3, 2016; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Fastech $214,324*
TNT Industrial Contractors, Inc. $232,999
Performance Mechanics, Inc. $286,071*
EFS West $289,025*
*Corrected Figure
WHEREAS, the low bid submitted by Fastech was determined to be non-responsive
since the contractor's listed subcontractor (Malak Automation) was not registered with the
Department of Industrial Relations, pursuant to Labor Code Section 1725.5, prior to submitting
the bid. In addition, the contractor did not submit the Local Hire Information Form and Checklist
with the bid as required; and
WHEREAS, staff recommends rejecting the low bid as non-responsive and awarding the
contract for the Compressed Natural Gas Fueling Station Improvements Project to
TNT Industrial Contractors, Inc., of Sacramento, in the amount of $232,999.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject
the low bid as non-responsive and award the contract for the Compressed Natural Gas Fueling
Station Improvements Project to TNT Industrial Contractors, Inc., of Sacramento, California, in
the amount of $232,999; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract on behalf of the City of Lodi.
Dated: November 2, 2016
I hereby certify that Resolution No. 2016-193 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 2, 2016 by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — No
NNIFE'G . FERRAIOLO
City Clerk
2016-193